TT&E and Repair of LTU
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: MO. Response deadline: Mar 06, 2026. Industry: NAICS 336414 • PSC 1410.
Market snapshot
Awarded-market signal for NAICS 336414 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 336414
Description
This Synopsis is for informational purposes only. The Naval Air Systems Command (NAVAIR) Precision Strike Weapons Program Office (PMA-201) intends to enter into sole source negotiations and subsequently award a Cost Plus Fixed Fee (CPFF) Delivery Order Modification to The Boeing Company (Boeing), against Basic Ordering Agreement (BOA) N00019-21-G-0006 Delivery Order N0001922F0030. The anticipated award provides for the Teardown, Test, and Eval (TT&E) and repairs in support of the Harpoon Coastal Defense System (HCDS) Launcher Transport Unit (LTU).
This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements.
Small businesses interested in subcontracting possibilities may contact Chasity Strickland (Chasity.L.Strickland@boeing.com), Boeing. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. Please copy NAVAIR on any capability statements provided to Boeing to the attention of Jennifer Wolford (Jennifer.l.wolford3.civ@us.navy.mil).
The Boeing Company is the sole designer, developer, manufacturer and integrator of the Harpoon Weapon System and its related equipment. The Boeing Company alone has the experience, special skills, proprietary technical documentation, software/algorithms, facilities and repair techniques required to design, build, train, disassemble, repair, reassemble, and test this equipment and furnish the supplies and services within the required timeframe. Accordingly, The Boeing Company is the only known qualified, responsible source that can fulfill the requirements specified herein.
There is no commitment by the Government to issue a solicitation, make an award or awards, or be responsible for any money expended by interested parties before award of a contract for the effort described above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.