Skip to main content

An official website of the United States government

You have 2 new alerts

1680 - Procurement of NSN 1680 016543217; P/N 241-298-002-016

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jul 17, 2024 03:17 pm EDT
  • Original Response Date: Jul 24, 2024 12:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 08, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:

Description

NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia is issuing this Sources Sought Notice as a means of conducting market research to identify eligible contractors having an interest in and the resources to manufacture new spares or provide commercially certified overhauled parts for commercial item NSN 1680 016543217; P/N 241-298-002-016 used on the P-8A Poseidon aircraft. It should be noted by interested sources that the Government does not have the rights to, and thus cannot provide access to, proprietary technical data/drawings that may be required for manufacture this component. The P-8A is a maritime patrol aircraft derived from the Boeing 737-800 commercial airliner. Although the P-8A carries out a strictly military role for the U.S. Navy, some items on the aircraft are unmodified 737 items. These are referred to as commercial common items (i.e., common to the P-8A and 737). They are referred to in the Federal Acquisition Regulation as COTS or commercial off the shelf but hereinafter will be referred to simply as commercial common. The requirement is for an unmodified commercial common item. NAVSUP WSS is seeking any eligible small business firms including service-disabled veteran-owned small businesses, certified HUBZone small businesses, and certified 8(a) capable of performing this manufacture or supporting this requirement. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Future requirements will only be procured from suppliers who provide FAA-Certified parts which possess a FAA Authorized Release Certificate, FAA Form 8130-3 Airworthy Approval Tag, from certified repair stations pursuant to 14 CFR Part 14. The awardee will be required to comply with contract clauses from the Federal Acquisition Regulation (FAR)/Defense Federal Acquisition Regulation Supplement (DFARS)/Navy Marine Corps Acquisition Regulation Supplement (NMCARS), specifically those of FAR Part 12 Acquisition of Commercial Items, DFARS Part 212 Acquisition of Commercial Items and NMCARS 5212 Acquisition of Commercial items. Eligible contractors shall provide: 1) Company Name and Cage Code 2) Part Number/NIIN eligible to manufacture 3) Is your company the Original Equipment Manufacturer (OEM)? 4) Is your company capable of manufacturing the P/N in 2 but your company is not the OEM? a) Explain how your company has the technical capacity to perform the necessary manufacture. 5) Is your company a Small Business? If so, what type of Small Business? 6) Company POC The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336413. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by July 24, 2024, 3:00 PM (Eastern time). All responses under this Sources Sought Notice must be emailed to kelly.a.gipson2.civ@us.navy.mil.

Contact Information

Contracting Office Address

  • PHILADELPHIA 700 ROBBINS AVENUE
  • PHILADELPHIA , PA 19111-5098
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Aug 08, 2024 11:55 pm EDTSources Sought (Original)