Skip to main content

An official website of the United States government

You have 2 new alerts

16--FLIGHT MANAGEMENT C, IN REPAIR/MODIFICATION OF

info alert

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: Presolicitation (Original)
  • Original Published Date: Sep 29, 2022 07:11 am EDT
  • Original Response Date: Oct 31, 2022 01:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 15, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
  • Place of Performance:

Description

NSN 7R-1680-015855328-P8, TDP VER 001, QTY 16 EA, DELIVERY FOB ORIGIN. RTAT, Throughput Constraint, and Induction Expiration Date included in CLIN remarks below are defined as follows: Repair Turnaround Time (RTAT): the contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract (days). For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regularbusiness day after receipt and the Action Date entered in CAV must be dated toreflect the actual date of physical receipt. Throughput Constraint: Total assets to be repaired monthly after initial delivery commences. A throughput of 0000/month reflects no throughput Induction Expiration Date: Any asset received after this date in days is not authorized to be repaired without bi-lateral agreement between the Vendor and Contracting Officer. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Any units that meet the RTAT requirement within the SubCLIN remarks shall be priced at the unit price established in this contract. 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 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. 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. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item 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