SOLICITATION NOTICE
58 -- Year 2 of Long Term Contract N00383-24-D-N701 for the repair of Combat Survivor Evader Locator (CSEL) Radios
- Notice Date
- 3/6/2025 10:55:23 AM
- Notice Type
- Presolicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
- ZIP Code
- 19111-5098
- Solicitation Number
- N0038324DN701
- Response Due
- 3/20/2025 9:00:00 PM
- Archive Date
- 03/31/2025
- Point of Contact
- Mackenzie Cannataro 5642302148
- E-Mail Address
-
mackenzie.cannataro.civ@us.navy.mil
(mackenzie.cannataro.civ@us.navy.mil)
- Description
- This serves as the synopsis for the extension of Option Year Two of Long Term Contract (LTC) N00383-24-D-N701 for the repair/upgrade of the Combat Survivor Evader Locator (CSEL) Radios with Boeing (28980). Attachment A with full list of items to be repaired and/or upgraded is attached. These items are sole source to The Boeing Company (28980). Boeing is the Original Equipment Manufacturer (OEM) for the repair data for these requirements and is the only known source to possess full repair capability. Complete data, drawings, and the rights to the same are not available from the Government. Even though these items are sole source to The Boeing Company, 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, Mackenzie Cannataro at Mackenzie.cannataro.civ@us.navy.mil. The Government intends to extend the Option Year Two with the prime contractor under the authority of FAR 6.302-1. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. The Original Equipment Manufacturer (OEM) of these items maintains design control and repair knowledge or technical data that is essential to maintaining the quality of this part. The spare repairable assemblies to be repaired and/or modified under this agreement are set forth by manufacturers part number and constitute Government Property as defined in FAR clause 52.245-1, Government Property or 52.245-1 Alternate I, as applicable. This listing of items is attached to this notice. All responsible sources may identify their interest and capability to respond to the requirement. Eligible contractors shall provide a submission to mackenzie.cannataro.civ@us.navy.mil, that includes: 1)Company Name and Cage Code 2)Part Number/NIIN eligible to repair 3)Is your company the Original Equipment Manufacturer (OEM)? 4)Is your company capable of repairing the P/N in Question 2 but your company is not the OEM? a) Explain how your company has the technical capacity to perform the necessary repairs. 5)Is your company a Small Business? If so, what type of Small Business? 6)Company POC An alternate source must qualify in accordance with the design control activitys procedures, as approved by the cognizant Government engineering activity. The time required for approval of a new source is normally such that an award cannot be delayed pending approval ofa new source. If you are not an approved source, you must submit, together with your proposal, theinformation detailed in the NAVSUP WSS Source Approval Information Brochure for Repair. This brochureidentifies technical data required to be submitted based on your companys experience in repair of the sameor similar items. This brochure can be obtained by calling the NAVSUP WSS PCO or at: https://www.navsup.navy.mil/navsup/ourteam/navicp/businessopps
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0b82e670a80e4456a91279c00e45c9f4/view)
- Record
- SN07363779-F 20250308/250307152928 (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 |