Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2024 SAM #8312
SOURCES SOUGHT

J -- Fuel Pump Procurement (AVS)

Notice Date
8/28/2024 10:16:48 AM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-24-RFPREQ-APM299-0383
 
Response Due
9/12/2024 12:00:00 PM
 
Archive Date
09/27/2024
 
Point of Contact
Kalyn Petrillo, Amber Yurko
 
E-Mail Address
kalyn.r.petrillo.civ@us.navy.mil, amber.f.yurko.civ@us.navy.mil
(kalyn.r.petrillo.civ@us.navy.mil, amber.f.yurko.civ@us.navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR) Headquarters intends to issue an order for a Firm Fixed Price (FFP) delivery order, on a sole source basis, for the procurement of fuel pumps in support of the United States Navy MH-60R. REQUIRED CAPABILITIES: The Contractor shall upgrade and make ready for issue Fuel Pump P/N 70307-23908-103 NIIN 012916164 (Part Number 9C101-3 on BOA) to the P/N 70307-23908-104 NIIN 016665292 (Part Number 9C101-9 on BOA) in support of the United States Navy (USN) MH-60R Aircraft. The period of performance is anticipated to be 30 July 2025 � 31 May 2029. SUBMISSION INFORMATION: Interested responsible sources must submit a brief capability statement demonstrating the ability to perform the tasking listed under the required capabilities, which will be considered by the agency. Any statement must be no more than 10 pages in length, single-spaced, 12-point font minimum. A draft Performance Work Statement (PWS) is being included with this sources sought; it describes and represents, though not all encompassing, the tasks, services, technical data, and information the Contractor shall be required to provide in the individual task orders. Interested sources shall address the following, at a minimum, in their capability statement: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) Name, Phone Number, Fax Number, and Email Address. Company Profile to include number of employees, annual revenue history, office location(s), UEI Number, Cage Code Number, and a statement regarding current small/other than small business status. Prior and Current corporate experience performing efforts of similar size and scope to the tasking described under �Required Capabilities� within the last three (3) years, including contract numbers, contract values, Government POC with current telephone number, and a brief description of how the referenced contract relates to those tasks. Management approach to staffing this effort with qualified personnel. Statement regarding capability to obtain the required industrial security clearances for personnel. Company�s ability to begin performance upon contract award. What type of work the company has performed in the past in support of the same of similar requirement. Whether the company has managed task of this nature, with details. Whether the company has managed a team of subcontractors before, with details. An explanation of the specific technical skills the company possesses which ensures capability to perform the tasks. If the company is a small business, provide an explanation of the company's ability to perform at least 50% of the tasking described in required capabilities. Respondents to this notice must also indicate whether they are an Other than Small Business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. Provide verification as an approved source of repair for the following: JACG source approval and FAA certification. A copy of the certification or a letter providing evidence of approval will be accepted as proof of verification. State how you will gain access to the technical data rights to support the effort detailed in required capabilities. If the company is only interested in participating as a subcontractor, specifically state which element(s) of the requirement that the company is interested in subcontracting and address responses to the above questions, as applicable. This notice is not a request for proposal and does not imply or promise that the Government intends to award a contract vehicle as a result of this notice or in response to any capability statements received. The Government will not reimburse any costs incurred to prepare responses to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/947c35b11f12445aa393f8bd0e6645ba/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN07190769-F 20240830/240828230132 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.