SOLICITATION NOTICE
16 -- 16--NRP,FWD AIRSTAIR AS, IN REPAIR/MODIFICATION OF
- Notice Date
- 3/27/2025 4:57:13 AM
- Notice Type
- Solicitation
- 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
- N0038325QT301
- Response Due
- 4/10/2025 1:30:00 PM
- Archive Date
- 04/25/2025
- Point of Contact
- Telephone: 2156972579
- E-Mail Address
-
DYLAN.E.PAYNE@NAVY.MIL
(DYLAN.E.PAYNE@NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N791.07|T1J|215-697-2579|dylan.e.payne.civ@us.navy.mil| COMMERCIAL PRODUCT PROCUREMENT NOTICE|5|||||| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice Receiving Report (Combo)||TBD|N00383|TBD|TBD|See Schedule|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION 2025-O|81|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| CUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION|16||||||||||||||||| SERVICES (MAR 2025)(DEVIATION 2025-O0003))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025) (DEVIATION 2025-O0003)|12|336413|1250||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||DO-A1| This solicitation is for a repair of a commercial off the shelf (COTS) item forthe P8 aircraft. This solicitation will be using competitive procedures. Offerors are instructed to submit Firm Fixed Prices for any quote submittal. Quotes may be emailed to the below address and must be received by 04:30PM EST on the closing date, listed in block 10 on page 1 of this solicitation: Dylan.e.payne.civ@us.navy.mil Quotes received after the closing date are considered to be late and will not be considered for award. If only one acceptable quote is received in response to this solicitation, competitive procedures will shift to sole source negotiations. This requirement can only be repaired from Original Equipment Manufacturer (OEM), aircraft prime, or suppliers who provide Federal Aviation Administration (FAA)-Certified parts which possess an FAA Authorized Released Certificate, FAA Form 8130-3 Airworthy Approval Tag from certified repair stations pursuant to 14 CFR Part 145. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to the instant procurement are considered to be ""issued"" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such asemail. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to ""issue"" contractual documents as detailed herein. Early and incremental deliveries accepted. The Government intends to make a single award to the eligible, responsible quoter whose quote is technically acceptable and which is determined most advantageous to the Government, price , RTAT, and past performance considered. Addendum to FAR 52.212-4 Contract Terms and Conditions Commercial Items In addition to paragraph (a), ""Inspection and Acceptance"", add the following: 1. The contractor shall provide notification to the government of all proposed engineering changes that effect components managed under this contract. No changes shall be made without written authorization from the government for any change which will or may affect: a) Interchangeability, performance, weight, safety, reliability, service life, fit, form, function, and maintainability; or b) Federal Aviation Administration (FAA) type certification c) Require part re-identification for any reason 2. The change notification shall include at a minimum the affected parts number(s) and a required approval date in order to maintain current contractual performance requirements. The contractor shall make available to the government any commercially available change documentation such as Service Bulletins or Original Equipment Manufacturer Product Line Change Notifications. Repair Turnaround Time (RTAT) definition: The contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractor's facility as reflected in theAction Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receiptand the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in the subsequent contract. Required RTAT: 90 days after receipt of asset Throughput Constraint: Contractor must provide a throughput Constraint for eachNSN(s). Total assets to be repaired monthly after initial delivery commences X/month (contractor fill in #). A throughput of ##____ per month reflects no throughput constraint. Induction Expiration Date: 365 days after contract award date. Any asset received after this date in days is not authorized for repair without bi-lateral agreement between the Contractor and NAVSUP WSS Contracting Officer. Reconciliation:A reconciliation modification will be issued after final Inspection and acceptance of all assets inducted under the subsequent contract. The parties have agreed to a price (shown on the schedule page) for each unit at the negotiated RTAT. Such pricesare based on the Contractor meeting the RTAT requirements described within the schedule page. If the Contractor does not meet the applicable RTAT requirement, consideration will be assessed and subject to negotiation. \ 1. SCOPE 1.1 Articles to be furnished hereunder shall be repaired, tested andinspected in accordance with the terms and conditions specified in theRequirements Section of this document. 1.2 Unless expressly provided for elsewhere in this clause, equipment suchas fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, orany other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.3 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. SAE-AS22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. 1.4 If MIL-STD-454 is referenced in the drawings or in the specification,the contractor is expected to show compliance with IPC/EIAJ-STD-001C Personnel performing tasks in accordance with IPC/EIAJ-STD-001C shall be trained and certified as requried by IPC/EIAJ-STD-001C paragraph 5.1.4. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS ITEM SHOULD BE REPAIRED IN ACCORDANCE WITH VENDOR REPAIR MANUALS AND RETURNED TO (RFI) READY FOR ISSUE CONDITION. VENDOR CONDUCTING REPAIR MUST BE AN APRROVED FAA REPAIR FACILITY. ALL REPAIRS MUST BE ACCOMPANIED BY FAA FORM 8130-3 AIRWORTHINESS APPROVAL TAG,EUROPEAN AVIATION SAFETY AGENCY (EASA) FORM 1 OR EQUIVALENT COC. 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ ALL REPAIRS MUST BE ACCOMPANIED BY FAA FORM 8130-3 AIRWORTHINESS APPROVAL TAG,EUROPEAN AVIATION SAFETY AGENCY (EASA) FORM 1 OR EQUIVALENT COC.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8c31274b1d3b4a51a1f8d5c6d492d4af/view)
- Record
- SN07388642-F 20250329/250327230047 (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 |