Loading...
N6852026RFPREQKN000000083
Response Deadline
May 6, 2026, 4:00 PM(EDT)15 days
Eligibility
Contract Type
Special Notice
This is a Pre-solicitation Notice, as required by FAR 5.201 (RFO 5.101), regarding a proposed contract action. The Commander Fleet Readiness Centers (COMFRC) Procurement Group, Patuxent River, MD 20670 hereby gives notice of their intent to award a contract to The Boeing Company (Cage Code: 0PXV4) on a sole source basis in accordance with the Federal Acquisition Regulation (FAR) Subpart 6.103-1, only one responsible source and no other supplies or services will satisfy agency requirements.
Fleet Readiness Center Southwest (FRCSW) has been tasked to procure a replacement Windscreen Repair Fixture system. The Windscreen Repair Fixture system is specifically designed for the F/A-18 E/F/G platform. Market research confirms that the Original Equipment Manufacturer (OEM), The Boeing Company, manufacture’s the F/A-18 platform and is the only known qualified source capable of satisfying the Government’s specific requirements and mission for this procurement. The OEM of the Windscreen Repair Fixture system does not utilize third party vendors to manufacture this specific non-commercial equipment. Any liability to procure this equipment would cause an unacceptable delay in the F/A-18 platform maintenance cycle. For this reason, the Government intends to procure this equipment on a sole source basis from The Boeing Company (Cage Code: 0PXV4).
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, all responsible sources may submit a capability statement, which, if received within fifteen (15) calendar days after the date of publication of this synopsis, will be considered. Any capability statement shall include the following information: 1) information showing responsibility in accordance with FAR Part 9, 2) specific exception to the intent to procure on a sole source basis; 3) technical data showing the capabilities of the respondent to perform the work listed above; and 4) past performance information on similar projects. The capability statement must provide clear and unambiguous evidence to substantiate the capability of the party to meet the requirement as listed above without substantial duplication of costs not expected to be recovered through competition or unacceptable delays in meeting the Government’s requirement. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this requirement based upon responses received as a result of this notice is solely within the discretion of the Government.
A request for documentation, or additional information or submissions that only ask questions will not be considered an affirmative response to this notice. The Government does not intend to award a contract on the basis of this notice nor will it reimburse firms for any costs associated with preparing or submitting a response to this notice. Capability statements are due no later than the closing date and time of this notice. It is the responsibility of the respondent to contact the Government to confirm receipt prior to the due date and time.
Primary Point of contact for this requirement is Kristin Randall at kristin.randall.civ@us.navy.mil
Secondary Point of contact for this requirement is Tiffany Crayle at tiffany.l.crayle.civ@us.navy.mil
Kristin Randall
Tiffany Crayle
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVAIR
NAVAIR HQS
FLEET READINESS CENTER
FLEET READINESS CENTER
ATTN CHIEF OF STAFF
47038 MCLEOD ROAD, BLDG 448
PATUXENT RIVER, MD, 20670
NAICS
Aircraft Manufacturing
PSC
AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT
Set-Aside
No Set aside used