Skip to main content

An official website of the United States government

You have 2 new alerts

N0038322Q003T: Repair order for 3 each NIIN 012238123. CONTROL BOX, BLEED A

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: Combined Synopsis/Solicitation (Original)
  • Original Published Date: May 03, 2022 04:56 pm EDT
  • Original Date Offers Due: May 17, 2022 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 01, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 314910 - Textile Bag and Canvas Mills
  • Place of Performance:

Description

This notice serves as a combined pre-solicitation synopsis and solicitation for the repair of 3 EA, NIIN 012238123, P/N 5944-02, Foreign Military Sales - Spain. The repair of this item is sole source to The Boeing Company, CAGE 0PXV4, under ARF repair BOA N00383-18-G-AY01. The Boeing Company is the Original Equipment Manufacturer (OEM) for the repair data for these requirements and is the only known source to possess full repair capability. Complete data, drawings, and the rights to the same are not available from the Government. Even though these items are sole source to Boeing, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.

For any questions concerning this notice, contact the PCO, Christina Foley at christina.foley1@navy.mil or (215)-697-0484.

The Government intends to solicit and negotiate with the prime contractor under the authority of FAR 6.302-1. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The Original Equipment Manufacturer (OEM) of these items maintain design control and repair knowledge or technical data that is essential to maintaining the quality of this part. The spare repairable assemblies to be repaired and/or modified under this agreement are set forth by manufacturers part number and constitute Government Property as defined in FAR clause 52.245-1, Government Property or 52.245-1 Alternate I, as applicable.

This listing of items is attached to this notice.

All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations, or capability statements. Eligible contractors shall provide a submission to mackenzie.cannataro@navy.mil, that includes:

1) Company Name and Cage Code

2) Part Number/NIIN eligible to repair

3) Is your company the Original Equipment Manufacturer (OEM)?

4) Is your company capable of repairing 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 repairs.

5) Is your company a Small Business? If so, what type of Small Business?

6) Company POC

An alternate source must qualify in accordance with the design control activitys procedures, as approved by the cognizant Government engineering activity.

The subject items require Government source approval prior to contract award. Only the source previously approved by the Government for repair of these items will be solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source, you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Information Brochure for Repair. This brochure identifies technical data required to be submitted based on your companys experience in repair of the same or similar items. This brochure can be obtained by calling the NAVSUP WSS PCO or at:

https://www.navsup.navy.mil/navsup/ourteam/navicp/business_opps

If your request for source approval is currently being evaluated at NAVSUP WSS, submit with your offer a copy of the cover letter than forwarded your request for source approval.

Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may contribute based on Fleet support needs.

This notice of intent is not a request for competitive proposals. All proposals received within 45 days after date of publication of this synopsis will be considered by the Government.

Questions or comments regarding this notice may be addressed to Christina Foley either by e-mail at christina.foley1@navy.mil or by phone at (215)-697-0484.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact





History

  • Jun 01, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Original)