Skip to main content

An official website of the United States government

You have 2 new alerts

IRST Block II Full Rate Production (FRP) Fuel Tank Assembly (FTA) and Sensor Assembly Structure (SAS) Weapon Replaceable Assemblies (WRAs)

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: Jan 22, 2025 10:55 am EST
  • Original Date Offers Due: Feb 06, 2025 03:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 21, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Saint Louis , MO
    USA

Description

The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to procure F/A-18E/F Infrared Search and Track (IRST) Pod Block II weapon replaceable assemblies (WRAs), specifically the Fuel Tank Assembly (FTA) and Sensor Assembly Structure (SAS), and performance of final system integration. Final integration shall ensure all IRST Block II WRAs function correctly when integrated to form a complete system. In the case a given WRA does not function properly at the system level, potential offerors must be capable of troubleshooting and adjudicating such issues. Potential offerors may be required to design, build, or acquire special test equipment (STE) to aid in the production of IRST Block II WRAs. The procurement is being pursued on a sole source basis under the statutory authority 10 USC 2304 (C)(l) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." As the contractor for the IRST system, Boeing has the manufacturing knowledge, experience, and technical data required to fulfill this requirement within the time required. 

This synopsis is for informational purposes only and is not a request for competitive proposals. Responsible sources may submit a Statement of Capability and Qualifications to the Contract Specialist listed demonstrating their ability to perform the Government's requirement and shall provide proof of approved facility and personnel clearances necessary to meet the delivery schedule required within 15 days from the publication date of this announcement. The Government will utilize the capability statements received solely to confirm the sole source acquisition approach or to reconsider a competitive procurement. A determination not to compete this requirement is solely within the discretion of the United States Government. For small business or subcontracting opportunities, contact Boeing at (314) 233-1599. 

Contact Information

Contracting Office Address

  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA

Primary Point of Contact

Secondary Point of Contact

History