Disclaimer
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNEMNT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
The Naval Air Systems Command (NAVAIR), NAS Patuxent River, MD, intends to negotiate and award a cost plus fixed fee type delivery order under the Raytheon Corporate Basic Ordering Agreement (BOA) N0001920G0007 or the Raytheon Corporate Follow-on BOA N00019-25-G-0009 on a sole source basis to Raytheon. Raytheon is the sole designer, developer, and integrator of the APG-79 V1/V4 Radar Systems. The Naval Air Systems Command (NAVAIR) intends to add Domestic APG-79 V1/V4 test capability to the System Integrated Test station (SIT)-G station currently stood up to support sustainment activities under the APG-79 Kuwait Depot program. The scope of this effort will include hardware and program specific software changes, test procedure updates, integration/verification & validation and certification. The added test capability is intended to provide increased throughput of needed domestic USN/USMC WRA repairs. The Government intends to solicit and negotiate with only one source under the authority of 10 U.S.C. 2304(C)(1) and FAR 6.302-1, “Only one Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements” for the proposed action.
Raytheon as the original equipment manufacturer (OEM) is the designer, developer, manufacturer, and Depot for the APG-79 radar systems. Only Raytheon possesses the technical data necessary to fulfill the requirements listed above. The Government does NOT own a complete F/A-18 drawing package with Government Purposes Rights. The issuance of the contract will fall within statutory authority of Title 10, U.S.C. Section 2304(c)(1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. In accordance with FAR 6.302-1(a) (2) (ii) (A), the Government has deemed the requirements listed above for the continued development or production of a major system, or highly specialized equipment including major components thereof, to be available only through the original source, and has determined that award to any other source would result in significant duplication of costs which would not be recovered through competition.
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine if any firm other than Raytheon can provide the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought.
A separate Pre-solicitation Notice/Synopsis will be posted with contact information for small business subcontract opportunities.