APX-123 Common Identification, Friend or Foe (IFF) Digital Transponder (CXP) Systems
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Dec 16, 2022 04:43 pm EST
- Original Date Offers Due: Dec 16, 2022 03:30 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Dec 31, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5826 - RADIO NAVIGATION EQUIPMENT, AIRBORNE
- NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Place of Performance: USA
Description
The Naval Air Systems Command (NAVAIR) hereby issues the following synopsis for the APX-123, Common Identification, Friend or Foe (IFF) Digital Transponder (CXP) Systems. This is a follow-up announcement to the Sources Sought N00019-23-RFPREQ-APM274-0065 previously posted on SAM.gov on 22 November 2022. The Sources Sought announcement is now closed. No response was received.
NAVAIR intends to negotiate and award a Purchase Order to BAE Systems, Inc., on an, other than full and open competition, basis. The contract will be for the repair of the APX-123 IFF CXP. Tasking will consist of non-recurring engineering, reliability/sustainability improvements, qualification, test, repair and modification support, spare and repair parts for the APX-123, and Change Kits, at multiple levels of certification. Additionally, labor sufficient to support and delivery and repair requirements, non-reoccurring engineering, reliability/sustainability improvements, qualification, test, repair and modification support, spare and repair parts. BAE Systems, Inc., is the only known source with the knowledge, experience, expertise, and the necessary propriety technical data required to perform this effort. A sole source acquisition will be procured under the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, “Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements.”
This notice of intent is not a request for competitive proposals. However, interested parties are requested to submit a capability statement for the purpose of determining whether to initiate a competitive procurement. All response received by the Government within fifteen days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete the proposed contract actions based upon the responses to this notice is solely at the discretion of the Government. Questions regarding this notice should be addressed to Austin Foster via email at Austin.b.foster.civ@us.navy.mil.
Attachments/Links
Contact Information
Contracting Office Address
- NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
- PATUXENT RIVER , MD 20670-5000
- USA
Primary Point of Contact
- Austin Foster
- austin.b.foster.civ@us.navy.mil
- Phone Number 8317187260
Secondary Point of Contact
- Brittany S. Reynolds
- brittany.s.reynolds3.civ@us.navy.mil
- Phone Number 4106106420
History
- Apr 24, 2024 11:55 pm EDTAward Notice (Original)
- Dec 31, 2022 11:56 pm ESTCombined Synopsis/Solicitation (Original)
- Dec 22, 2022 11:56 pm ESTSources Sought (Original)