Award Notice for N61340-23-F-0254

Agency: DEPT OF DEFENSE
State: Missouri
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159878813817882
Posted Date: Aug 11, 2023
Due Date:
Solicitation No: N61340-23-F-0254
Source: Members Only
Follow
Award Notice for N61340-23-F-0254
Active
Contract Opportunity
Notice ID
N61340-23-F-0254
Related Notice
N61340-23-F-0254
Contract Line Item Number
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC TSD
Office
NAWC TRAINING SYSTEMS DIV
Award Details
  • Contract Award Date: Aug 04, 2023
  • Contract Award Number: N61340-19-G-0002
  • Task/Delivery Order Number: N61340-23-F-0254
  • Contractor Awarded Unique Entity ID: MF2LE5RK6L84
  • Contractor Awarded Name: THE BOEING COMPANY
  • Contractor Awarded Address: Saint Louis , MO 63134 USA
  • Base and All Options Value (Total Contract Value): $262,524,690.00
General Information
  • Contract Opportunity Type: Award Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 11, 2023 09:59 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6910 - TRAINING AIDS
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    Hazelwood , MO
    USA
Description

Award Synopsis – Procurement of upgrades (Increment 3 Block 2 Engineering Manufacturing Development) to existing P-8A Training Systems devices. The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando negotiated, on a sole source basis, a delivery order under the NAWCTSD Basic Ordering Agreement (BOA) N61340-19-G-0002, for the acquisition of upgrades to existing P-8A Training Systems devices with The Boeing Company, Saint Louis, MO, under the authority of Federal Acquisition Regulation (FAR) 6.302-1, “Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.” The period of performance of the delivery order is 60 months from contract award. The contract action is $145.7M ($262.5M w/options).



NAWCTSD intends to acquire upgrades to the P-8A Aircrew Training Devices (ATDs) Operational Flight Trainers (OFTs), Weapons Tactics Trainers (WTTs), Training Systems Support Centers (TSSCs), and Mission Systems Desktop Trainers (MSDTs) for the United States Navy (USN) and Royal Australian Air Force (RAAF) at NAS Jacksonville, NAS Whidbey Island, RAAF Edinburgh, and Boeing St. Louis. This award is a follow-on to the Increment 3 Block 2 Requirements Analysis contract. Common work scope such as cyber scanning and capability-independent testing was funded under past PCU18 contract, thus this effort will contain additional scope related to new capabilities. The intent of the action is to stay concurrent with the P-8A Aircraft platform and ensure the Fleet receives training capabilities that align with real-life flight.



As the current sole designer, developer, integrator, manufacturer and supplier of P-8A Systems and subsystems; hardware and software components, only Boeing possesses the requisite knowledge, engineering expertise, and data rights required to design, build, modify, upgrade and deliver P-8A aircrew training systems to ensure concurrency with Fleet aircraft within the Government’s requisite delivery schedule. The training systems require concurrent incorporation of advanced and emerging technologies specific in design or application to the P-8A aircraft. Boeing is the only contractor that can build and upgrade P-8A trainers concurrently with changes being made to the aircraft; because only Boeing has access to the requisite aircraft design data, aircraft specific software and simulated models during the design/development of the aircraft. Lack of concurrent training and qualifications will negatively impact Fleet readiness, mission accomplishment and the Fleet's ability to use the capabilities safely. Specifically, aircrews will not be proficient in procedures to effectively execute communications, weapons deployment and precision targeting, all of which are currently in high demand in theater.



Because the contract requires in-depth knowledge of the current trainer design and proprietary data rights, award to any other contractor would result in substantial duplication of costs to the Government that would not be recovered through competition and would create unacceptable delays in fulfilling P-8A mission training requirements. A competitive acquisition would introduce a new system to the field that may not be integrated and interoperable with the existing systems due to the restricted rights and limited data rights that resulted from the original competitive award. This would require the Government to have two infrastructures in place for life cycle support or would require significant rework of the current design and development that would cost the Government additional non-recurring engineering (NRE) effort for the development testing, and retrofit of existing training systems. As the current sole designer, developer, integrator, manufacturer and supplier of aircrew training systems and hardware and software components that are common to the P-8A, only Boeing possesses the requisite knowledge, engineering expertise, and data rights of the design required to design, build, modify, upgrade and deliver P-8A training systems and to maximize the capabilities amongst the P-8A platforms to include common component acquisitions, modifications and upgrades within the Government’s requisite delivery schedule.



This award synopsis announces the Government’s Increment 3 Block 2 Engineering Manufacturing Development award on a sole-source basis with Boeing. Small businesses can inquire with the Boeing Small Business Liaison Officer, Mr. David Mai at david.mai3@boeing.com or 310-529-7895 for possible subcontracting opportunities. Small businesses interested in subcontracting/supplier opportunities are also encouraged to notify the NAWCTSD Small Business Deputy at leslie.a.faircloth2.civ@us.navy.mil.



This acquisition was procured on a sole source basis under statutory authority of 10 U.S.C. 2304 (c) (1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements). Matters pertaining to this notification may be directed to Anthony (Tony) McEntegart at 727-459-0254 or via email at anthony.a.mcentegart.civ@us.navy.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • 12211 SCIENCE DRIVE
  • ORLANDO , FL 32826-3224
  • USA
Primary Point of Contact


Secondary Point of Contact


History

Related Document

Aug 11, 2023[Justification (Original)] Class J&A Posting associated with Award N61340-23-F-0254

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >