N0016425RWP14 – Sole Source – Evaluation, repair, procurement of Installation and Check Out (INCO) spare parts in support of the AN/SPY radar system and ancillary equipment which is to include but not be limited to Solid State Switch Assembly (SSSA) components – PSC 1285 – NAICS 334511 Synopsis Issue Date: 08 July 2025 – Synopsis Closing Date: 23 July 2025 – 3:00 PM EDT
Naval Surface Warfare Center (NSWC) Crane Division, Crane, IN 47522 has a requirement for the Evaluation, repair, procurement of Installation and Check Out (INCO) spare parts in support of the AN/SPY radar system and ancillary equipment which is to include but not be limited to Solid State Switch Assembly (SSSA) components, which is intended to be awarded on a five (5) year Firm Fixed Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Delivery terms are anticipated to be F.O.B. Origin, inspection and acceptance at source. Award of this contract is expected to be in FY27 with an anticipated dollar value of $3.87M.
The contract award will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 3201(a)(1) Only one responsible source and no other services or supplies will satisfy agency requirements as implemented by Federal Acquisition Regulation (FAR) 6.302-1. Raytheon Company (RTX), 1001 Boston Post Rd E, Marlborough MA, 01752-3770 (CAGE 7Y193) is currently the only responsible source capable of fulfilling these requirements. The basis for restricting competition is the lack of sufficient technical data and unacceptable delays in fulfilling agency requirements through any other source. This pre-solicitation notice is for information only and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government will not reimburse respondents for 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 way binds the Government to award a contract.
Contractors must be properly registered in both Sam.gov and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offers may obtain information on SAM registration and annual confirmation requirements at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx.
The solicitation for this requirement will not be posted on Sam.gov, and will instead be issued directly to the sole-source vendor. Parties interested in obtaining the solicitation may contact the point of contact for this synopsis.
Questions or inquiries should be directed to Shayden Flynn, Code 0241, email address [email protected]. Please reference the above solicitation number when responding to this notice and all correspondence and communications.
If any part of the submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to nongovernment personnel and entities. Thank you for your interest.