Skip to main content

An official website of the United States government

You have 2 new alerts

Forward Nacelle Sling, P/N: B003310M05069-0001

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: Solicitation (Updated)
  • Updated Published Date: May 23, 2024 04:49 pm EDT
  • Original Published Date: Apr 09, 2024 05:20 pm EDT
  • Updated Date Offers Due: Jun 04, 2024 05:00 pm EDT
  • Original Date Offers Due: May 09, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 19, 2024
  • Original Inactive Date: May 24, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 33271 - Machine Shops
  • Place of Performance:

Description

Amendment 0001

The purpose of this solicitation amendment is to;

  1. Incorporate Technical Criteria that Offerors shall be required to include with their submitted offers. A description of this Technical Criteria has been added to:
    • Section L, Contents of Proposal, under 5.0 Technical Description; and
    • Section M, Evaluation Factors for Award, under 3.0 Technical Description
  2. Adds DFARS clause 252.225-7007, Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies.
  3. This amendment extends the quotation submittal due date from 9 May 2024 to 4 June 2024.

This requirement is for the Forward Nacelle Sling, P/N: B003310M05069-0001, NSN: 1730-667-3361 for the MQ-4C Triton Unmanned Air Systems (UAS) Program in support of the United States Navy. See attached solicitation and solicitation attachments for further requirements and instructions.

This procurement will be competed as a 100% Total Small Business Set-Aside. Interested Small Business vendors must be registered as "ACTIVE" in the SAM website in order to be considered for award. Offerors will be required to submit their proposals by email to the primary point of contact listed on the solicitation.

DFARS Provision 252.204-7019 and DFARS Clauses 252.204-7020 and 252.204-7021 are applicable to this requirement. Interested vendors shall verify that summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old) are posted in the Supplier Performance Risk System (SPRS) (https://www.sprs.csd.disa.mil/) for all covered contractor information systems relevant to the requirement. If an interested vendor does not have summary level scores of a current NIST SP 800-171 DoD posted in SPRS, it may conduct and submit a Basic Assessment electronically to webptsmh@navy.mil for posting to SPRS in the format identified in paragraph (d) in DFARS Provision 252.204-7019. A current assessment in SPRS is a requirement for award. As a result of the timeline contemplated for this acquisition, it is recommended that interested vendors take all necessary steps to ensure that these requirements are satisfied at the earliest possible opportunity.

A Technical Data Package is available for this solicitation. To receive copies of the TDP, interested offerors must be U.S. DoD Contractors and must provide the primary point of contact (Mr. Alexander Buchan) with a copy of their current form DD2345, Militarily Critical Data Agreement. Instructions to request the TDP can also be found within the solicitation.

Contact Information

Contracting Office Address

  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA

Primary Point of Contact

Secondary Point of Contact





History