Range Instrumentation IDIQ

SOL #: N6893625R0004Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR WARFARE CENTER
CHINA LAKE, CA, 93555-6018, United States

Place of Performance

Place of performance not available

NAICS

Search (334511)

PSC

Electronic Countermeasures, Counter Countermeasures And Quick Reaction Capability Equipment (5865)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 27, 2024
2
Last Updated
Sep 5, 2025
3
Response Deadline
Sep 19, 2025, 5:00 PM

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.

NAWCWD intends to award a new sole source contract to Collins Aerospace (CA) for the continued acquisition of products and services associated with proprietary, or configurations and processes resulting in proprietary aspects, and systems where Collins Aerospace (CA) is the original equipment manufacturer (OEM) of range instrumentation airborne elements, ground-based elements, surface-based elements, interfaces, and auxiliary equipment, including remote ground stations, data collection, data processing and display, host range interface equipment, and product test and troubleshooting stations. Modernization efforts of Tactical Combat Training System (TCTS) II and P6 are limited to enhancements, upgrades, and modifying existing systems to address obsolescence, improved performance, integrating new capabilities, and ensuring compliance with evolving standards.In accordance with FAR 6.302-1(a)(2)(ii)(B), it is anticipated that award of this new contract for these products and incidental services and supplies to any other source would result in substantial duplication of cost to the Government that cannot be expected to be recovered through competition. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response to be received at the Contracting Office no later than 15 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number N6893625R0004 and provide a capability statement that clearly indicates the firm?s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule.The solicitation or Request for Proposal (RFP) will be posted in Contract Opportunities on the SAM website at https://sam.gov/ on or about January 2026.Interested firms must be registered in the System for Award Management (SAM) database at https://sam.gov/ to start doing business with the federal government. Written responses to this notice shall be submitted by e-mail to the point(s) of contact listed below no later than 15 days from this notice date.Offers and responses to the solicitation shall be submitted using the instructions in Section L of the solicitation. If the solicitations Section L instruction to offerors state the PIEE Solicitation module will be used for electronic proposal submission, Contractors are required to register in PIEE to obtain access to the solicitation module. To register in PIEE, go to https://piee.eb.mil/, and click Register.Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited, to a single point of contact (POC) per CAGE code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code?s Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.

People

Points of Contact

Files

Files

Download

Versions

Version 4
Sources Sought
Posted: Sep 5, 2025
View
Version 3Viewing
Pre-Solicitation
Posted: Sep 4, 2025
Version 2
Pre-Solicitation
Posted: Sep 4, 2025
View
Version 1
Sources Sought
Posted: Nov 27, 2024
View
Range Instrumentation IDIQ | GovScope