Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

AN/APX-123 (V), Common Identification, Friend or Foe (IFF) Digital Transponder (CXP) Systems

Process Number N00019-22-RFPREQ-APM274-0088

USA

Dates:


Notice ID:

N00019-22-RFPREQ-APM274-0088

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

NAVAL AIR SYSTEMS COMMAND

Office:

NAVAL AIR SYSTEMS COMMAND

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

jan 12, 2022 03:30 pm est

Inactive Policy:

15 days after date offers due

Original Inactive Date:

jan 27, 2022

Initiative:
  • None***--***

Classification:


Original Set Aside:

total small business set-aside (far 19.5)

Product Service Code:

5826 - radio navigation equipment, airborne

NAICS Code:

336411 - aircraft manufacturing

Description:


Original Set Aside:

The Naval Air Systems Command (NAVAIR) hereby issues the following synopsis for the AN/APX-123 (V), Common Identification, Friend or Foe (IFF) Digital Transponder (CXP) Systems. This is a follow-up announcement to the Sources Sought N00019-21-RFPREQ-APM274-0088 previously posted on beta.SAM.gov on 08 December 2021. The Sources Sought announcement is now closed. No response was received. NAVAIR intends to negotiate and award a Purchase Order to BAE Systems, Inc., on an, other than full and open competition, basis. The contract will be for the procurement of AN/APX-123(v)/AN/APX-123A(V) and associated kits to maintain each system’s compliance with MIL-PRF-CXPs. Additionally, labor sufficient to support and delivery and repair requirements, non-reoccurring engineering, reliability/sustainability improvements, qualification, test, repair and modification support, spare and repair parts. BAE Systems, Inc., is the only known source with the knowledge, experience, expertise, and the necessary propriety technical data required to perform this effort. A sole source acquisition will be procured under the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, “Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements.” This notice of intent is not a request for competitive proposals. However, interested parties are requested to submit a capability statement for the purpose of determining whether to initiate a competitive procurement. All response received by the Government within fifteen days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete the proposed contract actions based upon the responses to this notice is solely at the discretion of the Government. Questions regarding this notice should be addressed to Austin Foster via email at Austin.b.foster.civ@us.navy.mil. Small businesses who are interested in subcontracting opportunities for these efforts should contact Naomi Alicea at naomi.alicea@baesystems.com.

Attachments / Links:


Document Size Updated date Download

Contact Information:


NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION

PATUXENT RIVER , MD 20670-5000

USA

Primary Point of Contacts:

Austin Foster

Secondary Point of Contact:

Brittany S. Reynolds