Sole Source Synopsis for NAWCAD Raytheon ATNAVICS BOA TO
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.
Quick Summary
The Naval Air Warfare Center Aircraft Division (NAWCAD WOLF) intends to award a follow-on Basic Ordering Agreement (BOA) Task Order (TO) to Raytheon Corporation (RTX) for Air Traffic Navigation, Integration, and Coordination System (ATNAVICS) restoration and support services. This is a sole source synopsis for information purposes only, with responses regarding the intent to award due by February 9, 2026.
Scope of Work
This requirement is for follow-on procurement to provide essential restoration services in support of ATNAVICS. The scope includes conducting sensor pallet restoration, maintenance, and fleet support for the AN/TPN-31(V)7 and AN/TPN-31(V)11 ATNAVICS. These services are critical to ensure the systems meet current design specifications and configurations, maintaining full operational capabilities necessary for rapidly deploying troops and equipment.
Contract & Timeline
- Type: Follow-on Basic Ordering Agreement (BOA) Task Order (TO)
- Duration: 60 months from the effective date
- Set-Aside: None (Sole Source)
- Response Due (Synopsis): February 9, 2026, at 7:00 PM ET
- Published: January 28, 2026
Justification
The Government intends to award this requirement on a sole-source basis to Raytheon Corporation. Raytheon is identified as the Original Equipment Manufacturer (OEM) of the AN/TPN-31(V)7 and AN/TPN-31(V)11 ATNAVICS. They are the only company possessing the necessary data rights to key technology required to provide the specified support. This action is justified under the statutory authority 10 USC 2304 (c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, citing "Only one responsible source and no other supplies or services will satisfy agency requirements."
Additional Notes
This notice of intent is not a request for proposal or a solicitation of offers. It is provided for information purposes only. The determination not to compete this requirement is solely within the discretion of the United States Government. For potential subcontracting opportunities, interested parties are directed to visit Raytheon's website at https://www.rtx.com/.