Repair of NIIN 010874423
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Feb 24, 2023 11:05 am EST
- Original Published Date: Jan 12, 2023 08:05 pm EST
- Updated Date Offers Due: Jan 30, 2023 02:00 pm EST
- Original Date Offers Due: Jan 30, 2023 02:00 pm EST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Feb 14, 2023
- Original Inactive Date: Feb 14, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5841 - RADAR EQUIPMENT, AIRBORNE
- NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Place of Performance:
Description
This part requires engineering source approval by the design control activity
in order to maintain the quality of the part. Existing unique design
capability, engineering skills, and manufacturing/repair knowledge by the
qualified source(s) require acquisition/repair of the part from the approved
source(s). The approved source(s) retain data rights,manufacturing/repair
knowledge, or technical data that are not economically available to the
Government, and the data or knowledge is essential to maintaining the quality
of the part. An alternate source must qualify in accordance with the design
control activity's procedures, as approved by the cognizant Government
engineering activity. The qualification procedures must be approved by the
Government engineering activity having jurisdiction over the part in the
intended application.
The subject item requires Government source approval prior to contract award,
as the item is flight critical and/or the technical data available has not
been determined adequate to support acquisition via full and open competition.
Only the source(s) previously approved by the Government for this item have
been 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 one of the NAVSUP Weapon Systems Support (NAVSUP WSS)
Source Approval Information Brochures listed below.
Spares: www.neco.navy.mil/sar.aspx
Repair: www.neco.navy.mil/sarr.aspx
These brochures identify the technical data required to be submitted based on
These brochures identify the technical data required to be submitted based on
your company's experience in production of the same or similar item, or if
this is an item you have never made.
If your request for source approval is currently being evaluated at NAVSUP WSS
submit with your offer a copy of the cover letter which 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 continue based
on Fleet support needs. The NAVSUP WSS Commercial Item Identification
Brochureis now available at: "https://www.neco.navy.mil/cib.aspx".
Brochureis now available at: "https://www.neco.navy.mil/cib.aspx".
Interested parties may obtain copies of Military and Federal Specificationsand
Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs),
Military Handbooks, and other standardized documents from the DoDSingle Stock
Point (DODSSP) at Document Automation and Production Service(DAPS) in
Philadelphia, PA.
NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT
stocked at DODSSP.
Most documents are available in Adobe PDF format from ASSIST-Online at:
http://quicksearch.dla.mil/.
Users may use ASSIST-Quick Search to search for and download available
documents directly using standard browser software.
Documents that are not available for downloading from ASSIST-Quick Search can
be ordered from the DODSSP website using the ASSIST Shopping Wizard after
obtaining a DODSSP Customer Account by following the registration procedures.
Users who do not have access to the internet may contact the DODSSP ASSISTHelp
Desk at 215-697-6396 (DSN: 442-6396), or mail their request to DLADocument
Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.
The proposed contract action is for supplies or services for which the
Government intends to solicit and negotiate with only one source 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, quotationsor
capability statements. This notice of intent is not a request forcompetitive
proposals. However, all proposals received within 45 days (30days if award is
issued under an existing Basic Ordering Agreement (BOA) afterdate of
publication of this synopsis will be considered by the Government. A
determination by the Government not to compete with this proposed contract
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.
Award will be made only if the offeror, the product/service, or the
manufacturer meets the qualification requirement(s) at time of award, in
accordance with FAR clause 52.209-1. The solicitation identifies the office
where additional information can be obtained concerning qualification
requirements and is cited in each individual solicitation.
Attachments/Links
Contact Information
Contracting Office Address
- PHILADELPHIA 700 ROBBINS AVENUE
- PHILADELPHIA , PA 19111-5098
- USA
Primary Point of Contact
- Christian Markle
- christian.m.markle.civ@us.navy.mil
Secondary Point of Contact
History
- Mar 25, 2023 11:58 pm EDTSolicitation (Updated)
- Feb 24, 2023 11:05 am ESTSolicitation (Updated)
- Feb 14, 2023 11:59 pm ESTSolicitation (Original)