E-6B Rockwell Collins Follow-on BOA
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: Sources Sought (Updated)
- Updated Published Date: Aug 10, 2023 10:55 am EDT
- Original Published Date: Jul 20, 2023 03:41 pm EDT
- Updated Response Date: Aug 03, 2023 04:00 pm EDT
- Original Response Date: Aug 03, 2023 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Aug 18, 2023
- Original Inactive Date: Aug 18, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J015 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS
- NAICS Code:
- Place of Performance: Patuxent River , MD 20670USA
Description
1.0: U.S. Navy Activity
The Naval Air Systems Command (NAVAIR) intends to issue a follow-on Basic Ordering Agreement (BOA) with Rockwell Collins, Inc. (RCI) to replace the current BOA (N00019-19-G-0031). Delivery/Task Orders will be awarded on an ‘other than full and open’ competitive basis to procure continued long-term products, technical and sustaining engineering support services necessary to address requirements for E-6B aircraft.
2.0: LEGAL NOTICE
THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT NOTICE IN ACCORDANCE WITH DFARS 206.302-1(D) AND PGI 206.302-1. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES - IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCE SOUGHT NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.
3.0: Background
The E-6B platform is integral to the U.S. Nuclear Command, Control, and Communications (NC3) enterprise, and provides assured capability for U.S. nuclear force execution. RCI is the Original Equipment Manufacturer (OEM) and sole integrator of a significant number of mission systems for the E-6B platform. Previous E-6B mission system contracting efforts include Block I System Design and Development (SD&D), Block I Low Rate Initial Production (LRIP) and Block I Full Rate Production (FRP), Block I/II Mission Computer Modernization (MCM), Block I/II Sustainment and Support Systems (SASS), Very Low Frequency Transmit Terminal (VTT), KGR-72, High Power Transmit Set (HPTS), HPTS-Modernization (HPTS-M), Antenna Reeling Machine (ATRM), Test Bench Nuclear Hardening (TBNH), Internet Protocol Bandwidth Expansion (IPBE) Phase 3 (integration only), Digital Red Switch System (DRSS) Power Control System, and Sustaining Engineering (SE) support services. As the OEM and sole designer, developer, and integrator of a significant number of the E-6B platform mission systems, RCI is the only contractor with the ability, classified test and lab facilities, technology and documentation necessary to modify, develop, produce, maintain and sustain these systems.
4.0: Eligibility
The anticipated Delivery/Task orders will be under North American Industry Classification System (NAICS) codes 336413 and 488190 and Product Service Codes (PSC) J015 and 5999. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. Performance under this effort requires the contractor to have the ability to handle classified information up to and including TOP SECRET, as well as Secure Internet Protocol Router (SIPR) access. The Government will consider all information received by 03 Aug 2023.
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
- James M. Smith
- James.M.Smith.civ@us.navy.mil
- Phone Number (240) 925-6007
Secondary Point of Contact
- Melissa Buchanan
- melissa.l.buchanan4.civ@us.navy.mil
- Phone Number 4439759624
History
- Aug 18, 2023 11:55 pm EDTSources Sought (Updated)
- Jul 20, 2023 03:41 pm EDTSources Sought (Original)