SOLICITATION NOTICE
16 -- Service support/troubleshooting and or repair of oxygen system components for the P-8A.
- Notice Date
- 6/28/2024 1:32:00 PM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N68335-24-R-1144
- Response Due
- 7/13/2024 2:00:00 PM
- Archive Date
- 07/28/2024
- Point of Contact
- Sara C. Baye, Phone: 2405774794
- E-Mail Address
-
Sara.C.Baye.civ@US.Navy.Mil
(Sara.C.Baye.civ@US.Navy.Mil)
- Description
- The Naval Air Warfare Center Aircraft Division (NAWCAD), Lakehurst intends to negotiate on a non-competitive basis to Avox Systems Inc. (Cage Code 53655) for the service support/troubleshooting and or repair against the following: Crew mask (MF20-560), Stowage box (MXP806-3), Cylinder assembly (801307-00), Portable cylinder (808158-01), Top Bracket (36758-32), Bottom Bracket (36758-31), Thermal comp�(804158-07) or Portable Oxygen Tank (5500-A1U-BF23A). Avox Systems Inc. is the sole designer, developer, and manufacturer of the oxygen system for use in the P-8A. The Government intends to procure the above items under the statutory authority of Title 10, U.S.C. Section 3204(a)(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."" THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP) BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirement as stated in this synopsis. This is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement (DFARS) 206.302-1(d). No Solicitation exists. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. A determination by the Government not to open the requirement to competition based on responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responses stating interest must be received within fifteen (15) days of publication of this notice. Responses should be submitted electronically to the designated Contract Specialist, Sara Baye, in Microsoft Word format or Portable Document Format (PDF) at the following e-mail address: sara.c.baye.civ@US.Navy.mil with the subject line to include the notice ID of ""N6835-24-R-1144"". TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/67111985a7524a4982e4a6376abccf88/view)
- Place of Performance
- Address: Lancaster, NY 14086, USA
- Zip Code: 14086
- Country: USA
- Zip Code: 14086
- Record
- SN07112406-F 20240630/240628230124 (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 |