Naval Air Systems Command (NAVAIR) has requirements for AIM-9X Platform Integration and WDU-17A/B Warhead Integration for FY18-FY22. These requirements include continued support for AIM-9X integration efforts on threshold and objective aircraft platforms and support for WDU-17A/B warhead integration. These integration efforts shall meet Capabilities Production Document (CPD) objective criteria. NAVAIR intends to procure these requirements sole source from Raytheon Missile Systems of Tucson, Arizona under Basic Ordering Agreement (BOA) number N0001915G0003, or a follow-on BOA, based on the authority provided in 10 U.S.C. 2304(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements, as implemented in Federal Acquisition Regulation (FAR) 6.302-1. In 1996, Hughes Missile Systems Company (HMSC) (subsequently acquired by Raytheon Missile Systems (Raytheon)) was competitively selected as the designer, developer, manufacturer, and integrator of the AIM-9X missile. As a cost-savings initiative, the Government did not procure a Technical Data Package (TDP) for reprocurement purposes and required Raytheon to retain configuration control of items not affecting the system specification. The integration efforts described herein require the integrator to have access to the TDP in order to successfully complete the requirements. Based on a NAVAIR 4.2 estimate of historical second sourcing start-up costs for similar missile programs, it is estimated to cost between $275M and $350M to procure the TDP and qualify a second source. The second-source start-up costs include procurement of a full data package, non-recurring engineering efforts for the second source, and additional Government support and testing. These costs would not be recovered through competition. This analysis is based on applying historical competition data from similar missile programs to the AIM-9X business case. Therefore, the efforts described herein cannot be performed by any source other than Raytheon without substantial duplication of cost to the Government that is not expected to be recovered through competition. The notice required by Defense Federal Acquisition Regulation Supplement Procedures, Guidance, and Information (DFARS PGI) 206.302-1(d) and 206.303-2(b)(1)(A) was waived on 1 November 2016. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.
Bid Protests Not Available