The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD intends to negotiate and award a sole source Basic Ordering Agreement (BOA) to Collins Aerospace, 400 Collins Road, NE, Cedar Rapids, IA, 52498-0505 for the procurement of supplies and services that support the Mission Systems Management Activity (MSMA) Common Cockpit System (CCS) and associated support equipment and software for each system. Each system includes the Control Display Unit (CDU), Multi-Function Display (MFD), Helmet Mounted Display (HMD) with Digital Night Vision, Integrated Processing Computer (IPC), Data Loader, and Tactical Air Navigation System (TACAN). The AN/ARC-210(V) supplies and services include repair/modification, spare/repair parts, hardware not covered under existing contracts, development/ modification of support equipment, test and integration support, Pre-planned Product Improvements (P3I), engineering and technical support, studies/investigations including but not limited to new capabilities/additions to existing capabilities, contractor validation/verification of engineering changes, technical documentation, Acquisition Logistics Support (ALS) to include supportability analysis with ALS data, training support and equipment, technical manuals, bricked radio recovery from a known battery issue or software loading issue, and obsolescence management.
This acquisition is being pursued on a sole source basis under the authority of 10 U.S.C. §3204(b)(B) as implemented by FAR 6.302-1(a)(2)(ii)(A) and B only one responsible source and no other supplies and services will satisfy agency requirements. Collins Aerospace is the only known source with the necessary technical data, knowledge, experience, and expertise required to perform this effort.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS. The Government does not intend to fund the development or qualification of other resources for fulfilling this requirement. However, interested parties may identify their interest and capability by responding to this requirement. The Government will consider all information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this procurement based upon responses to this notice is solely within the discretion of the Government. No phone inquiries will be entertained. All inquiries and concerns shall be addressed via email to Kassidy Cross at kassidy.a.cross.civ@us.navy.mil no later than 17 December 2025, 1400 EST.
Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government.
Contracting Office Address:
A2523
Suite 350 BLDG 2272
47123 Buse Road Unit IPT
Patuxent River, MD 20670
Place of Performance: Contractor’s Facility, United States
Primary Point of Contact:
Kassidy Cross
Contract Specialist
kassidy.a.cross.civ@us.navy.mil