INTRODUCTION
This Sources Sought notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement PGI 206.302-1(d). The Naval Air Systems Command (NAVAIR) at Patuxent River, MD (V2231), intends to negotiate and award a sole source modification to The Boeing Company (TBC) to Delivery Order (DO) N0001925F0085 under Basic Ordering Agreement (BOA) N00019-21-G-0006. This DO procures the final design of the Advanced Electronic Warfare (ADVEW) A-Kits and integration support into a production Block III F/A-18E and a production Block III F/A-18F configured with the Wide Band Radar System (WRBS) in FY 25.
This modification will provide the Non-Recurring Engineering (NRE) Integration Design for Lot 26-42A Analysis/74R Drawings. The contractor shall perform NRE to design or redesign aircraft components necessary for the integration of ADVEW on the Super Hornet SLM Block III and Block III Lite Aircraft Configurations.
ELIGIBILITY
The Product Service Code (PSC) for this requirement 1510 (Aircraft, Fixed Wing), and the NAICS code is 336411 (Aircraft Manufacturing).
REQUIRED CAPABILITIES
This effort requires direct knowledge of the design and configuration of the F/A-18E/F Aircraft. The work and supplies to be performed under this effort include that the Contractor shall complete an A-Kit design to support the overall integration of ADVEW into SLM Block III Aircraft, Lot 26 through Lot 42. The contractor shall develop an Interface Control Document and engineering documentation, to include delta airworthiness certification requirements, to support the A-Kit design.
INCUMBENT
This contract action will be a modification to DO N00019-21-G-0006 N0001925F0085 under the BOA.
ANTICIPATED PERIOD OF PERFORMANCE
The anticipated period of performance for this modification is 36 months.
ANTICIPATED CONTRACT TYPE
The Government anticipates issuing a Cost-Plus-Fixed-Fee (CPFF) modification under this Delivery Order.
SUBMISSION DETAILS
Interested businesses shall submit a brief capabilities statement package (no more than ten (10) 8.5x11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to provide the supplies or services listed in the required capabilities described herein. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.
The documentation must address, at a minimum, and contain the following: the type of work your company has performed in the past 3 years in support of same/similar requirement(s), Cage Code, UEI number, and DUNN’s number. Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract reference relates to the required capabilities described herein.
Describe the specific technical capabilities and experience which your company possesses which will ensure capability to perform requirements as outlined in the required capabilities described herein.
The Government will acknowledge receipt of responses received. It is the contractor’s responsibility to follow-up with the Government in the event that an acknowledgement of receipt is not received.
The capability statement packaged shall be sent by email to:
Jennifer Moses
Jennifer.l.moses13.civ@us.navy.mil
Submissions must be received at the office cited not later than 2:00 p.m. Eastern Standard Time on 09 August 2025.
Questions or comments regarding this notice may be addressed to Jennifer Moses at Jennifer.l.moses13.civ@us.navy.mil.
Contracting Office Address:
Building 2272 RM 445
47123 Buse Road Unit IPT
Patuxent River, Maryland 20670
United States
Performance is anticipated to occur at TBC in Saint Louis, MO.
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS, AND THE GOVERNEMENT 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 INFORMANTION SUBMITTED BY RESPONDENTS TO THIS TEHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.