Skip to main content

An official website of the United States government

You have 2 new alerts

Joint Standoff Weapon (JSOW)/Harpoon Block II+ (HII+) TacNet 1.0 Data Link Radio Reconfiguration and Repairs for the U.S. Navy (USN)

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: Oct 28, 2024 09:03 am EDT
  • Original Date Offers Due: Nov 12, 2024 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 27, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1410 - GUIDED MISSILES
  • NAICS Code:
    • 336414 - Guided Missile and Space Vehicle Manufacturing
  • Place of Performance:
    Cedar Rapids , IA 52498
    USA

Description

The Naval Air Systems Command (NAVAIR), Precision Strike Weapons Program Office (PMA-201), intends to enter into sole source negotiations and subsequently award a Firm-Fixed-Price (FFP) delivery order to Collins Aerospace, an RTX Business, 400 Collins Road NE, Cedar Rapids, Iowa 52498, against Basic Ordering Agreement (BOA) N0042121G0005. The anticipated delivery order provides for tasks related to engineering support; support equipment; program management; and integrated logistics support services for the reconfiguration and repairs of up to 150 TacNet 1.0 Data Link Radios.  Contract award is anticipated for the first quarter of calendar year 2025.

This BOA Order is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304 (a) (1) as implemented by Federal Acquisition Regulation (FAR) Subpart 6.302-1, only one responsible source and no other services will satisfy agency requirements. Collins Aerospace is the only known, qualified, responsible source that has the ability and resources necessary to fulfil the requirements herein. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Unless stated herein, no additional information is available. Requests for the same will be disregarded. A determination by the Government not to compete this effort is solely within the discretion of the Government.

Subcontracting opportunities may be available and should be sought with Collins Aerospace, 400 Collins Road NE, Cedar Rapids, Iowa 52498. There is no commitment by the Government to issue a solicitation, make an award or awards, or be responsible for any money expended by interested parties before award of a contract for the effort described above.  Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract.

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

  • Nov 27, 2024 11:55 pm ESTCombined Synopsis/Solicitation (Original)