Naval Air Warfare Center, Weapons Division (NAWCWD) intends to award an Indefinite Delivery, Indefinite Quantity (IDIQ) cost plus fixed fee and a firm fixed price contract using other than full and open competition, in accordance with FAR 6.302-1, to The Boeing Company, 6200 JS McDonnell Blvd., St. Louis, MO 63134. The contract ordering period, inclusive of all options, is estimated to be nine years, 364 days.
The scope of the proposed contract will include System Configuration Sets (SCS) upgrades consisting of software and hardware configurations changes for the F/A-18 and EA-18G aircraft, including Foreign Military Sales (FMS) variants. An SCS includes all software and hardware required to implement new capabilities on the aircraft, requiring the contractor to design, develop and implement upgraded software and ancillary hardware.
The place of performance is primarily at the Contractor’s facility. Other locations include China Lake, CA.
The Boeing Company is the prime manufacturer of the F/A-18 and EA-18G weapons system for over 35 years, and is the sole repository of the engineering design and software development expertise for all tactical software and integration of the avionics to the aircraft weapon system. As the sole designer, developer, integrator, manufacturer, and supplier of all variants of F/A-18 and EA-18G aircraft, Boeing is the only source that has the unique combination of airframe and weapons system integration knowledge needed to perform the required mission support in order to meet fleet needs. Only Boeing can ensure compatibility between software and aircraft systems due to the ongoing changes, upgrades, and system enhancements that are being made to production aircraft.
The estimated award date is February 2023.
Information regarding the current contract, N6893618D0026, can be requested through the Freedom of Information Act (FOIA) process. The information regarding the FOIA process is available at: http://www.navair.navy.mil/nawcwd/FOIA.
This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a capability statement, proposal or quotation, which shall be considered by the agency. The written response shall reference Solicitation N6893620R0097 and provide a capability statement that clearly indicates the firm’s experience, assets, background and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule and without substantial duplication of costs, no later than 29 January 2021 via email to the Contract Specialist, Caitlan Johnson at [email protected] and to Thomas Vitale at [email protected], via a Microsoft Word.doc or Acrobat Adobe.pdf file. The file must not exceed 10 pages with a minimum font size of 12 point.