Skip to main content

An official website of the United States government

You have 2 new alerts

CONCENTRATOR TEST SET

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: Jun 27, 2022 01:37 pm EDT
  • Original Response Date: Jul 12, 2022 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 4920 - AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    USA

Description

SYNOPSIS
Concentrator Test Set Type: TTU-518/E, PN: 1779AS500-2

The Naval Air Warfare Center Aircraft Division Lakehurst intends to issue an award on a Sole Source basis with Carleton Life Support Systems (Cobham), Inc. (Cage 99251) for the procurement of a quantity of one (1) Concentrator Test Set Type: TTU-518/E, PN: 1779AS500-2, NSN: 4920-01-429-8089. This item is a part for the Royal Malaysian Air Force (RMAF) F/A-18D Program and is used alongside the air source On-Board Oxygen Generating System Test Set to provide continuous oxygen to the aircrew.

The Government intends to procure the above items under the authority of 10 USC 2304 (c) (1), FAR 6.302-1. For the Government to procure another “asset” or procure this “asset” from another source would incur costs not expected to be recouped through competition.  Any other sources would require the Government to fund a Preliminary Design Review (PDR), Critical Design Review (CDR), First Article Test (FAT), and a Test & Evaluation (T&E) effort. Procuring an alternate asset would force the FMS Partner to utilize an asset that is not supported, compatible, or interchangeable with the USN-approved configuration.

THE GOVERNMENT DOES NOT POSSESS THE TECHNICAL DATA PACKAGE/DRAWINGS TO ALLOW FOR A COMPETITIVE PROCUREMENT.   

All responsible sources may submit a response which may be considered by the Government in determining whether to conduct a competitive procurement. THIS IS NOT A REQUEST FOR PROPOSALS.  A determination by the Government not to open the requirement to competition based on the responses to this notice is solely within the discretion of the Government. Information provided herein is subject to change and in no way binds the Government to solicit for an award of a contract.  Responses must be received within fifteen (15) days of publication of this notice. 

 

Contact Information

Contracting Office Address

  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jul 27, 2022 11:55 pm EDTPresolicitation (Original)