Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2024 SAM #8408
SOLICITATION NOTICE

16 -- E-2D 5 Year Requirements LTC

Notice Date
12/2/2024 12:10:15 PM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N00383-25-R-0751
 
Response Due
12/18/2024 11:00:00 AM
 
Archive Date
01/02/2025
 
Point of Contact
Karli Collins, Phone: 2156974067
 
E-Mail Address
karli.d.collins.civ@us.navy.mil
(karli.d.collins.civ@us.navy.mil)
 
Description
NAVSUP Weapon System Support plans to award a five-year Requirements type Long Term Contract (LTC) for repair/modification of 24 items that are in support of the E-2D Advanced Hawkeye Aircraft. Northrop Grumman (Cage Code 70974), in Melbourne, Florida is the Original Equipment Manufacturer (OEM) and the only known source to possess full repair capability. Complete data, drawings and the rights to the same are notavailable from the Government. An alternate source must qualify in accordance with the design control activity�s procedures, as approved by the cognizant Government engineering activity. The maximum period of performance for this effort will not exceed 5 years. Justification for Sole Source Acquisition: the statutory authority applicable to permit other than full and open competition is 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(ii) and (iii) with only responsible source and no other supplies and services will satisfy agency requirements. One or more of the items under this acquisition is subject to the Free Trade Agreements Act and/or the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Even though the requirement has been designated sole source, all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. For any questions concerning this notice, contact the PCO, Karli Collins, at Karli.collins@navy.mil. The subject items require Government source approval prior to contract award, as the items are Aviation Critical Safety Items (CSI)/Critical Application Items (CAI)/Flight Safety Critical Aircraft Parts and/or the technica ldata available has not been determined adequate to support via full and open competition. Only the source previously approved by the Government for repair of these items will be solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source, you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Information Brochure for Repair. This brochure identifies technical data required to be submitted based on your company's experience in repair of the same or similar items. This brochure can be obtained at: https://www.navsup.navy.mil/public/navsup/wss/business_opps/ If your request for source approval is currently being evaluated at NAVSUP WSS, submit with your offer a copy of the cover letter that forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted here under cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. Subcontracting Opportunities: All businesses interested in subcontracting opportunities should contact Northrop Grumman. See the attachment to this synopsis for a complete listing of theNIINs/items.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c1686b90acdb43a48efa0cc79665d074/view)
 
Place of Performance
Address: Melbourne, FL 32904, USA
Zip Code: 32904
Country: USA
 
Record
SN07278893-F 20241204/241202230110 (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.