MODIFICATION
49 -- MQ-8C Handling Adapters, P/Ns 3574AS510-1 and 4135AS0105-1 - Solicitation 1
- Notice Date
- 7/1/2018
- Notice Type
- Modification/Amendment
- NAICS
- 332710
— Machine Shops
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-18-R-0135
- Response Due
- 7/31/2018 5:00:00 PM
- Archive Date
- 8/15/2018
- Point of Contact
- William Waterhouse, Phone: 732-323-2243
- E-Mail Address
-
william.waterhouse@navy.mil
(william.waterhouse@navy.mil)
- Small Business Set-Aside
- HUBZone
- Description
- CDRL A001 CDRL PC01 Solicitation # N68335-18-R-0135 The Naval Air Warfare Center Aircraft Division Lakehurst, NJ intends to award a four (4) year, firm-fixed-price, option-type contract procuring the production and delivery of up to eleven (11) each of the Multi-Aircraft Nose and Tail Interface System ( MANTIS) MQ-8C Handler Adapter (P/N 3574AS510-1, NSN 4920-01-660-0569) and seven (7) each of the S hipboard Helicopter Handler ( SHH)-Extra Low Profile (ELP) MQ-8C Handler Adapter (P/N 4135AS0105-1, NSN 4920-01-660-0563). The H250T Series Heliporter is used to move and spot the MQ-8C Air Vehicle on land and vessel. The SHH-ELP and MANTIS Helo Handler for the MQ-8C Aircraft require that each have an adapter to connect them to the Heliporter. The SHH-ELP Adapter, P/N 4135AS0105-1 and MANTIS Adapter, P/N 3574AS510-1, provide the interface between the H250T Series Heliporter and the Helo Handlers. The Handling Adapters are NOT Critical Safety Items. These Peculiar Support Equipment end items are necessary for the full complement of support equipment needed to perform daily operations and maintenance on the MQ-8C Aircraft. This procurement is in support of the MQ-8C Fire Scout Unmanned Aircraft Systems (UAS) Program. This is a competitive procurement that is set-aside for Historically Underutilized Business Zone (HUBZone) certified vendors. HUBZone certification will be verified at time of proposal submission. Award will be based upon Lowest Price Technically Acceptable ( LPTA ) source selection procedures utilizing technical, past performance and price factors, as detailed in the attached solicitation document. This procurement contains Government-owned drawings that are export-controlled. In order to receive the Government-owned drawings, interested HUBZone-certified vendors must submit a certified copy of their DD Form 2345, Military Critical Technical Data Agreement to the point of contact listed in the Statement of Work embedded in Section C of the attached solicitation document. All interested HUBZone-certified vendors that present a certified copy of their DD2345 must be registered as "ACTIVE" with the Joint Certification Program in order to receive the drawings. The Government-owned drawings will be sent to all HUBZone-certified vendors with a valid and current DD2345 via the AMRDEC Safe Access File Exchange (SAFE) website. All interested HUBZone-certified vendors must be U.S. Government vendors and/or U.S. Department of Defense (DoD) vendors. Interested HUBZone-certified vendors must be registered as "ACTIVE" in the System for Award Management (SAM) website, prior to submission of a proposal to be considered for award of any DoD contract. The SAM website can be accessed at www.sam.gov Any and all questions about this announcement shall be submitted ONLY to William Waterhouse at william.waterhouse@navy.mil The deadline for question submittal is Monday, 16 July 2018 - 05:00 p.m. Eastern Standard Time. Note all questions and answers specific to this solicitation will be posted to the Federal Business Opportunities website. Any amendment(s) to this solicitation will be posted to the Federal Business Opportunities website. No telephone requests for the solicitation will be accepted, no written requests will be accepted and no hard copies of the solicitation package will be mailed. Interested HUBZone-certified vendors are advised to regularly access the Federal Business Opportunities website to ensure they have all amendments to this solicitation. No emailed or faxed proposals will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-R-0135/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN04975882-W 20180703/180701230040-99001dd5596df0bca6ccbc0e1ea09447 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |