Field Support and Repairs (FS&R) of the AN/ALQ-214 Product Line
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
The Naval Air Systems Command, PMA-272 (NAVAIR Program Off ice for Advanced Tactical Aircraft Protection Systems) intends to solicit and negotiate a Cost Plus Fixed Fee (CPFF) Delivery Order under Basic Ordering Agreement (BOA) N00019-22-G-0005 to L3Harris Technologies Inc., (L3H) to continue the support for the sustainment of IDECM Block III & IV system hardware and software configuration. The Navy requires non-recurring engineering and logistics efforts associated with Field Technical Support and SIL/Development test asset repairs.
The proposed contract action(s) are those for which the Government intends to solicit and negotiate with only one source under the authority of 10 U.S.C.3204(a)(1) and FAR 6.302-1, “Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements.” L3Harris is the sole designer, developer and manufacturer of the AN/ALQ-214 product line and therefore is the only contractor with the requisite knowledge, experience, and technical data that can meet the Government's requirements on a timely basis and in a cost-effective manner.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Interested parties, however, may identify their interest and capability by responding to the requirement. The Government will consider all information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the proposed Delivery Order based upon responses to this notice is solely within the discretion of the Government. No phone inquiries will be entertained. Responses shall be made in writing by E-mail to the attention of Kathleen Erickson or Jessica Guy-Dietrich using the contact information provided in this synopsis. Companies interested in subcontracting opportunities should contact L3Harris, Attention: Jessica Fedo, Lead Contracts, Email: jessica.fedo@L3Harris.com.