Opportunity
SAM #N00019-26-NORFP-TPM265-0208
Award for Advanced Electronic Warfare Integration and Support on F/A-18 Aircraft
Naval Air Systems Command
March 23, 2026
N00019-26-NORFP-TPM265-0208
336411, 541330, 541690, 541712
This award notice details a sole-source contract modification by the Naval Air Systems Command (NAVAIR) for advanced electronic warfare integration on F/A-18E/F aircraft: - Government Buyer: - Department of the Navy, Naval Air Systems Command (NAVAIR) - OEM Highlight: - The Boeing Company is the sole OEM and awardee - Scope of Work: - Advanced Electronic Warfare (ADVEW) Flight Test Integration (FTI) for F/A-18E/F aircraft - Integration and testing services to prevent stopwork prior to A-Kit Design definitization - Technical support services for F/A-18 A-F and EA-18G platforms, including engineering, testing, training, logistics, and avionics upgrades - Contract Details: - Cost-Plus-Fixed-Fee Modification under Task Order N0001925F0085 - Sole-source award; not competed due to only one responsible source - Contract period of performance is five years - Products/Services Requested: - No specific products, part numbers, or purchase quantities listed - Services focus on integration, testing, and technical support for advanced electronic warfare systems - Place of Performance: - Saint Louis, Missouri (Boeing facility) - Contracting office at Naval Air Systems Command Headquarters, Patuxent River, MD
Description
The Naval Air Systems Command (NAVAIR) has awarded a Cost-Plus-Fixed-Fee Modification for Advanced Electronic Warfare (ADVEW) Flight Test Integration (FTI) to prevent stopwork prior to definitization of the A-Kit Design on the F/A-18E/F Aircrafts. The modification to Task Order N0001925F0085 was awarded on 19 March 2026. The modification was not awarded competitively. The modification was awarded in accordance with the statutory authority permitting other than full and open competition, title 10 U.S.C 2304(c)(1), as implemented by Federal Acquisitoin Regulation 6.302-1, which states that only one responsible source and no other suppleis or services will satisfy agency requirements.