Federal Contract Opportunity

Last Updated on 08 Jul 2025 at 7 PM
Solicitation
Crane Indiana

Sole Source – PROCUREMENT OF ENGINEERING SERVICES AND LIFE CYCLE SUSTAINMENT OF THE MULTI-SPECTRAL TARGETING SYSTEM (MTS)

Details

Solicitation ID N0016422GJQ65_N0016425FJ584
Posted Date 08 Jul 2025 at 7 PM
Response Date 22 Jul 2025 at 6 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nswc Crane
Agency Department Of Defense
Location Crane Indiana United states 47522

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Sign up to access Documents

Signup now

N0016422GJQ65 Job Order N0016425FJ584 – Sole Source – PROCUREMENT OF ENGINEERING SERVICES AND LIFE CYCLE SUSTAINMENT OF THE MULTI-SPECTRAL TARGETING SYSTEM (MTS) - FSG J016 - NAICS 334511

Anticipated Issued Date 08 JUL 2025 – Anticipated Closing 22 JUL 2025- 2:00 PM EST

This synopsis is being posted to http://www.sam.gov/. Sam.gov is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the Sam.gov site to access information posted by NSWC Crane.

SOLE SOURCE PROCUREMENT – Naval Surface Warfare Center (NSWC) Crane’s intends to solicit and negotiate a Cost-Plus-Fixed-Fee (CPFF) Job Order 0003 made under the five year Basic Ordering Agreement (BOA) N0016422GJQ65 to Raytheon Company (Cage Code - 96214) on a sole source basis for engineering services, including low value material and repair of repairables that support life cycle sustainment of the Multi-Spectral Targeting System (MTS) used on various Navy, Army, Air Force and Special Operational Forces platforms.

The proposed contract action is a follow on job order for services for which the Government intends to be awarded in quarter four of fiscal year 2025 under FAR Part 16. The contemplated contract action will be awarded pursuant to 10 U.S.C. 2304(c) (1) as implemented by FAR 6.302-1: Only one responsible source will satisfy agency requirements. Raytheon Company, Original Equipment Manufacturer (OEM), is the only company with the requisite expertise, knowledge, experience, and facilities necessary to meet these requirements without unacceptable delays. The basis for restricting competition is the lack of technical data package to support competition of repair and sustainment of the MTS. Any other source would result in duplication of costs to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the agency’s requirements.

Companies interested in subcontracting opportunities should contact Raytheon Company directly. All responsible sources may submit capability statement, proposal, or quotation, which shall be considered by the agency. A determination by the Government not to compete this proposed action based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of re-evaluating the justification for sole source or limitation of sources and making a determination to change the acquisition strategy. All responsible sources submissions shall include rational to overcome the basis of the restriction of competition. This notice of intent is not a request for competitive proposal. The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. The Government will not reimburse respondents or any questions submitted or information provided as a result of this notice. This is not a solicitation or a promise to issue a solicitation, and this information is subject to modification and in no way binds the Government to award a contract.  

A Letter RFP will be sent directly to Raytheon Company.  A RFP will not be posted on SAM.gov.

Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at http://www.dlis.dla.mil. The controlled attachments will be posted to SAM at the same time the RFP is posted. SAM may be accessed at http://www.SAM.gov.

For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and / or award. 

The Government point of contact is Mr. Bradly McLaughlin at telephone number 812-854-2422, or e-mail [email protected].  Reference the above solicitation number when responding to this notice.