Skip to main content

An official website of the United States government

You have 2 new alerts

16--ASSEMBLY,TAILS

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 (Original)
  • Original Published Date: Jan 22, 2025 06:54 am EST
  • Original Date Offers Due: Feb 21, 2025 03:30 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 08, 2025
  • 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

CONTACT INFORMATION|4|N791.03|LP2|564-230-2148|MACKENZIE.CANNATARO.CIV@US.NAVY.MIL| COMMERCIAL ITEM PROCUREMENT NOTICE - AWARD|4|x|||| COMMERCIAL PRODUCT PROCUREMENT NOTICE|5||X|||| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|||N52214.02| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT COMBO||TBD|N00383|TBD|TBD|SEE SCHEDULE|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS PHILADELPHIA| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN 2025))|83|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| CONTINUED: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN 2025))|16||||||||||||||||| OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL PRODUCTS AND COMMERCIALSERVICES (MAY 2024))|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 (JAN 2025)|12|336413|1250||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)|4||||| This solicitation is for a spares procurement of a commercial off the shelf (COTS) item for the P8 aircraft. CLINs 0001AA and 0001AB are for USN. CLIN 0001AC is for FMS - Canada. FAR 52.246-15 is applicable to CLIN 0001AC. This solicitation will be using competitive procedures. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) submitted via quote. Offers 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. mackenzie.cannataro.civ@us.navy.mil Offers received after the closing date are considered to be late and will not be considered for award. If only one acceptable offer is received in response to this solicitation, competitive procedures will shift to sole source negotiations. The Government intends to make a single award to the eligible, responsible, technically acceptable and responsible offeror whose offer, conforming to the solicitation, represents best value to the Government. The offeror's proposal shall be in the form prescribed by, and shall contain a response to eachof the areas identified in the Section L solicitation provision entitled "Submission of Offers for Lowest Priced, Technically Acceptable Offers". Onlythose proposals prepared in accordance with the solicitation will be evaluated. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding administrative costs, it is in the Government's best interest to do so. The Government will first evaluate the non-price go/no gofactors. The non-price evaluation factor is Past Performance. The non-pricefactors will be rated as either acceptable or unacceptable based on the solicitation criteria. The contractor must achieve an acceptable rating in past performance or it will be removed from competition. This requirement can only be procured 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. 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 as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. Early and incremental deliveries accepted. 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 proposedengineering changes that effect components managed under this contract. Nochanges shall be made without written authorization from the government forany 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 partsnumber(s) and a required approval date in order to maintain current contractualperformance requirements. The contractor shall make available to the governmentany commercially available change documentation such as Service Bulletins orOriginal Equipment Manufacturer Product Line Change Notifications.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact





History

  • Jan 22, 2025 06:54 am ESTSolicitation (Original)