April 25, 2024

$1.1 Billion for JSF Engines

Contracts Solicited:

Communications Equipment: The Naval Air Warfare Center Aircraft Division Patuxent River, MD intends to purchase on a firm fixed-price basis and to solicit and negotiate the proposed purchase order on full and open competitive basis, under the authority of FAR Part 12 and 13; and FAR Part 6.302-1. This requirement is set-aside for small business, under the authority of FAR Part 52.219-6.

Gas Distribution & Cylinder Safety Cabinet: The Naval Air Warfare Center Aircraft Division Patuxent River, MD intends to purchase on a firm fixed-price basis and to solicit and negotiate the proposed purchase order on full and open competitive basis, under the authority of FAR Part 12 and 13; and FAR Part 6.302-1. This requirement is set-aside for small business, under the authority of FAR Part 52.219-6.

E-6B IPBE Phase 1 Kit Production and Installs: Naval Air Systems Command (NAVAIR) intends to award a sole source contract to Boeing Aerospace Operations (BAO) for the full rate production of Internet Protocol Bandwidth Expansion (IPBE) Phase 1 production kits, installations, and spares to support the follow-on production modification of eleven (11) aircraft. BAO retains proprietary rights to the technical data and work packages required for the production of IPBE Phase I. As a result, the Government does not have adequate tech data rights to accommodate kit production and installation. This contract is a follow-on to the existing N00019-08-C-0053 contract to include the purchase of planned spare components, production kits and installs to support the E-6B follow-on production effort. Aircraft modification will commence in FY12 and end in FY17. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.

AIMS Upgrade: The Naval Air Systems Command at Patuxent River, MD, specifically, PMA 226, Cherry Point, NC intends to award a contract on a sole source basis to Honeywell, Inc, El Monte, CA for the upgrade of the existing CH-46E Aircraft Integrated Maintenance System (AIMS) software with imporvements identified by fleet users. This effort will include the engineering and testing of an upgrade to the AIMS Enhancement Software. This software upgrade corrects noted fleet discrepancies as well as improvement recommended by engineering compentancy. The improved software release will provide improvement to the engine performance, margin calculation, changes to performance averaging calculations and fault reporting requirements. Updates address both the AIMS application as wll as the AIMS display program. The period of performance is twelve months following contract award. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.

Avionics Mechanical Assemblies: The Naval Air Warfare Center Weapons Division (NAWCWD) intends to procure on a 100% small business set-aside, a firm fixed price contract for five (5) avionics mechanical assemblies, one (1) of which will be required for first article testing, unless the Government waives the first article testing requirement; thirty-four (34) peripheral interface adapters; and 32 Transit Case Assemblies RIA/PIA. All work/products will be in accordance with the Statement of Work (SOW) that will be included in the Request for Proposal (RFP). Drawings will require “explicit access” via the Federal Business Opportunities (FedBizOpps) website http://www.fbo.gov/. Companies under foreign ownership control or influence may not participate in this competition.


Contracts Awarded:

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Conn., is being awarded a $1,122,306,649 not-to-exceed undefinitized modification to a previously awarded advanced acquisition contract (N00019-10-C-0005).  A total of $358,597,078 is being obligated at time of award.  The contract includes both fixed price incentive and cost plus incentive contract line items.  This undefinitized modification provides for the Lot V Low Rate Initial Production of 21 F135 Conventional Take Off and Landing (CTOL) Propulsion Systems for the Air Force; 3 Short Take-off and Vertical Landing (STOVL) Propulsion Systems for the  Marine Corps; and 6 Carrier Variant (CV) Propulsion Systems for the Navy.  In addition, this modification provides for production non-recurring effort, non-recurring autonomic logistics effort and recurring sustainment effort for the U.S. Services and Cooperative Partner Participants.  Work will be performed in East Hartford, Conn. (67 percent); Bristol, United Kingdom (16.5 percent); and Indianapolis, Ind. (16.5 percent), and is expected to be completed in February 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract was not competitively procured.  This contract combines purchases for the Air Force ($520,650,335; 46.3 percent); Marine Corps ($387,099,090; 34.5 percent); Navy ($166,710,445; 14.9 percent); and the Cooperative Partner Participants ($47,846,779; 4.3 percent).  The Naval Air Systems Command, Patuxent River, Md. is the contracting activity.

Lockheed Martin Mission Systems and Sensors, Owego, N.Y., is being awarded a $24,000,000 firm-fixed-price modification to a previously awarded advance acquisition contract (N00019-11-C-0020) for end of life components and FY12 long lead material and associated efforts required for the production and delivery of MH-60R Lot 10 mission avionics systems/common cockpit kits, and MH-60S Lot 14 Common Cockpit kits.  Work will be performed in Owego, N.Y. (57 percent); Farmingdale, N.Y. (26 percent); Woodland Hills, Calif. (4 percent); Ciudad Real, Spain (3 percent); East Syracuse, N.Y. (2 percent); Victor, N.Y. (2 percent); Everett, Wash. (1 percent); Stratford, Conn. (1 percent); St. Charles, Mo. (1 percent);  Lewisville, Texas (1 percent); Bennington, Vt. (1 percent); and various locations throughout the United States (1 percent), and is expected to be completed in February 2012.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Bell Helicopter Textron, Inc., Fort Worth, Texas, is being awarded a $20,359,785 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-10-C-0035) to exercise an option for logistics products and services in support of H-1 helicopter upgrade program.  Services to be provided include logistics management support; technical material for maintenance planning; design interface; supply/material support; technical data, support of support equipment; technical data; distribution and inventory management/packaging, handling, storage & transportation; logistics management information; supportability analysis; technical manuals and logistics/technical liaison support.  Work will be performed in Fort Worth, Texas (96 percent) and Afghanistan (4 percent) and is expected to be completed in December 2012.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

BAE Systems IESI, Greenlawn, N.Y., is being awarded a $13,480,910 firm-fixed-price contract to procure common (identification friend or foe) digital transponder (CXP) hardware. Work will be performed in Greenlawn, N.Y., and is expected to be completed in December 2014.  This contract combines purchases for the Navy/Army ($12,824,610; 95 percent) and the governments of Saudi Arabia and the Netherlands ($656,300; 5 percent) under the Foreign Military Sales Program. Contract funds in the amount of $3,219,646 will expire at the end of the current fiscal year.  This contract was not competitively procured per FAR 6.302-1   The Naval Air Systems Command, Patuxent River, Md. is the contracting activity (N00019-12-C-2011).

Lockheed Martin Corp., Marietta, Ga., is being awarded an $8,500,000 modification to a previously awarded indefinite-delivery, indefinite-quantity contract (N00019-09-D-0015) for consumables parts and material and repairable parts and material in support of the U.S. Marine Corps KC-130J aircraft, including.  Funds will be obligated on individual delivery orders as they are issued.  Work will be performed in Marietta, Ga., and is expected to be completed in December 2013.  Contract funds will not expire at the end of the current fiscal year.  The Naval Air Systems Command is the contracting activity.

Leave A Comment