V-22 Department of the Navy Large Aircraft Infrared Countermeasures Processor Upgrade Control Indicator Unit Replacement-0401 Non-Recurring Engineering
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.
Related Notice: N00019-24-RFPREQ-APM275-0608
Naval Air Systems Command, V-22 Joint Program Office, PMA-275 issued a modification to Delivery Order N0001924F0014 under Basic Ordering Agreement N0001922G0002 to the Bell Boeing Joint Project Office on a sole-source basis for non-recurring engineering to provide updated engineering and support products to allow the installation and sustainment of the Department of the Navy Large Aircraft Infrared Countermeasures Processor Upgrade Control Indicator Unit Replacement-0401 on MV-22 and CV-22 aircraft.
This action was awarded on a sole source basis to the Bell Boeing Joint Program Office in accordance with the statutory authority permitting other than full and open competition under Title 10 U.S.C. 3204(a)(1), as implemented by FAR Part 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." Bell Boeing is the sole designer, developer, and producer of the V-22 Tiltrotor aircraft and is the only known source that possesses the requisite knowledge and expertise required to perform this effort. Also, Bell Boeing is the only source that possesses the totality of engineering and technical data required to perform these efforts.
This Delivery Order includes Cost Plus Fixed Fee Contract Line Item Numbers. Cost Plus Fixed Fee was selected because there are uncertainties involved in contract performance that do not permit costs to be estimated with sufficient accuracy to use any type of fixed price.