Skip to main content

An official website of the United States government

You have 2 new alerts

B541 - 1 year of onsite Integrated Supply Chain Management Support to the NAVSUP-WSS Philadelphia PA F/A-18 Integrated Weapon Systems Team (IWST)Division in support of Integrated Supply Chain Management.

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: Presolicitation (Original)
  • Original Published Date: Jul 30, 2024 05:09 am EDT
  • Original Response Date: Aug 13, 2024 12:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 30, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: B541 - SPECIAL STUDIES/ANALYSIS- DEFENSE
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:

Description

This is a synopsis for 1 year of onsite Integrated Supply Chain Management Support to the NAVSUP-WSS Philadelphia PA F/A-18 Integrated Weapon Systems Team (IWST) Division in support of Integrated Supply Chain Management to maintain and sustain F/A-18-A/F and E/A-18-G mandated mission capability goals. Contractor shall provide logistics and technical expertise to the F/A-18 programs and act as an interface between the prime contractor/manufacturers and the logistics support elements of NAVSUP-WSS, NAWC and NAVAIR/FST to include technical research, problem resolution, requirements analysis and development of strategies to determine best support alternatives. The contractor shall retrieve, analyze, and monitor Integrated Supply Chain Management data, create regular recurring reports and ADHOC reports for the customer. Purpose of the various reports is to analyze and monitor data and developing trends contributing toward maintaining and sustaining mandated fleet readiness goals. To perform tasking, the CSR requires access to The Boeing Company (cage code 0PXV4) systems and NAVSUP Business Information Technology Systems and Navy/DoD Information Technology applications. The proposed requirement is for a service for which the Government intends to solicit and negotiate with only one source (The Boeing Company, CAGE 0PXV4) under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations, or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 15 days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Interested parties may identify to the contracting officer their interest and capability to satisfy the Governments requirement within 15 days of this notice.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact





History

  • Aug 30, 2024 11:55 pm EDTPresolicitation (Original)