Description
The Naval Information Warfare Systems Command (NAVWAR), supporting the Program Executive Office for Command, Control, Communications, Computers, and Intelligence (PEO C4I), intends to award a sole-source modification to contract N00039-25-D-2002. This modification is for the procurement of engineering services to upgrade the Navy Multiband Terminal (NMT) in order to support its interoperability with the U.S. Space Force (USSF) new Evolved Strategic SATCOM (ESS) satellite constellation. This action is pursued under the authority of 10 U.S.C. 3204(a)(1) and Federal Acquisition Regulation (FAR) 6.103-1, as implemented under Class Deviation 2026-O0017, as only one responsible source can satisfy the agency requirements. The prime contractor for this contract is Raytheon Company (RTX), managed by Collins Aerospace, located at 1001 Boston Post Rd E, Marlborough, MA 01752-3770. The original sole-source contract, N00039-25-D-2002, was awarded on September 25, 2025, with a five-year ordering period and includes a five-year option that, if exercised, would allow work to continue until September 2035. The NMT program is the system of record for Advanced Extremely High Frequency (AEHF) satellite communications for Naval and international partner forces. It is a multiband capable SATCOM terminal, which contains Communications Group (CG) and Antenna Group (AG) sub-systems. Its design is comprised of Ship, Submarine, Shore, and International Partner Variants (IPV) and is primarily used on United States Navy (USN) ships, submarines, and shore sites for AEHF SATCOM capability. The subject modification will increase the contract ceiling by $352.39 million for the procurement of engineering services to upgrade the NMT for ESS interoperability, including hardware and software upgrades. It also includes the procurement of associated hardware resulting from these efforts. As the original designer, developer, and manufacturer of the NMT, Raytheon is the only source with the required production technology and engineering capabilities to provide software and hardware changes to achieve full NSA certification for ESS requirements. The authority for this action is 10 U.S.C. 3204(a)(1) and FAR 6.103-1, as implemented under Class Deviation 2026-O0017, Only One Responsible Source and no other supplies or services will satisfy agency requirements. This notice of intent is not a request for competitive proposals. However, interested parties may submit information identifying their interest and capability to respond. The Government reserves the sole discretion to determine whether to compete this procurement based on the responses received. Responses should be submitted by email no later than fifteen calendar days from the date of this synopsis to Adam Barker, Contract Specialist, at adam.barker2.civ@us.navy.mil. Verbal questions and comments will not be accepted. The period of performance for contract N00039-25-D-2002 remains unchanged by this modification. The North American In…
Classification
Place of Performance
Contracting Office
Contacts