SOLICITATION NOTICE
16 -- JETI/SETI/TPTI LTC Renewal
- Notice Date
- 1/7/2020 7:44:25 AM
- Notice Type
- Presolicitation
- NAICS
- 334412
— Bare Printed Circuit Board Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
- ZIP Code
- 19111-5098
- Solicitation Number
- N0038320RJETI
- Response Due
- 1/22/2020 8:59:59 PM
- Archive Date
- 02/06/2020
- Point of Contact
- Lorissa Luckenbill 215-697-0635 lorissa.luckenbill@navy.mil
- E-Mail Address
-
lorissa.luckenbill@navy.mil
(lorissa.luckenbill@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia is issuing this synopsis as a means of conducting market research to identify eligible parties having an interest in and the resources to support and furnish effort including labor, material, and facilities as may be required to repair/overhaul Department of Navy/US Government Jet Engine Test Instrumentation (JETI), Shaft Engine Test Instrumentation (SETI), and Turbo Prop Test Instrumentation (TPTI) for 109 NIINs and Part Numbers listed in Attachment A. The government intends to solicit, X Technologies (1JDN2), PCI Aviation (7NV00), and ATEC, Inc (09552), as a 100% Small Business Set Aside. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334412 THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. All responsible sources interested in becoming a Navy approved source for the repair/overhaul of the above listed items are requested to provide a written summary (Five (5) page limit) of information concerning their technical certifications/qualifications, capabilities, facilities, equipment, experience (both domestic and with foreign militaries, if applicable) and corporate background. Vendors shall also list the Company Name, Cage Code, Point of Contact � with phone number, and which components you are interested in repairing/overhauling. Explain how your company has the technical capacity and access to the full drawing package for all items to perform the necessary repairs as the prime contractor and/or any key subcontracts and/or partnerships that you intend to use to meet the scope of this requirement. Vendors shall also indicate whether they are a large, small, small disadvantaged, 8(a), HUBZone small business, veteran-owned small business, service-disabled veteran-owned small business or women-owned small business. While these items are considered non-critical, alternate sources must obtain Government Source Approval prior to award. If you are not an approved source you must submit, together with your response, the information detailed in the NAVSUP-WSS Source Approval Information Brochure for Repair. Information for submitting a Source Approval Request package can be obtained at: https://www.navsup.navy.mil/public/navsup/wss/business_opps/. As Source Approval is required, NAVSUP WSS will not delay award while Source Approval is pending. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. Multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Synopsis Notice by 22 January 2020. All responses under this Synopsis Notice must be emailed to Lorissa.Luckenbill@navy.mil. Mailing address: NAVSUP-WSS Attn: Lorissa Luckenbill 700 Robbins Ave Philadelphia, PA 19111 If you have any questions concerning this opportunity please contact: Lorissa Luckenbill at (215) 697-0635.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9158ab5f11e144059e6d7e8c6b444639/view)
- Record
- SN05528261-F 20200109/200107230132 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |