Transducer Health Assess Device Test Set (THAD)
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 (Updated)
- Updated Published Date: Mar 14, 2024 02:49 pm EDT
- Original Published Date: Feb 20, 2024 03:02 pm EST
- Updated Response Date: Mar 28, 2024 09:00 am EDT
- Original Response Date: Mar 06, 2024 09:00 am EST
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Apr 12, 2024
- Original Inactive Date: Mar 21, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6695 - COMBINATION AND MISCELLANEOUS INSTRUMENTS
- NAICS Code:
- 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Place of Performance:
Description
The Naval Air Systems Command (NAVAIR), Lakehurst, NJ intends to negotiate on a non-competitive basis with Cornerturn LLC (Cornerturn) CAGE 3QXZ5 for the acquisition of up to ninety-four (94) THAD Test Sets for both H-60 and Foreign Military Sales Programs. The THAD is a means to assess and monitor the health condition of the Airborne Low Frequency Sonar AN/AQS-22 system. The THAD is designed to provide the maintenance personnel with the capability in determining transducer battery pack health and to provide regular battery charging prior to installation on the helicopter.
The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. FAR 6.302-1 (a)(2)(iii)(A), states supplies may be deemed to be available only from one responsible source when it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition.
THIS IS NOT A REQUEST FOR PROPOSAL. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. No contract will be awarded on the basis of offers received in response to this notice. All inquiries and concerns must be addressed to the Contract Specialist, Mr. Michael Miller at Michael.T.Miller248.civ@us.navy.mil. Responses to this notice must be submitted by 6 March 2024. A determination not to compete this requirement is within the discretion of the Government. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in a future competition.
Attachments/Links
Contact Information
Contracting Office Address
- LKE. JB MDL BLDG 271 HIGHWAY 547
- JOINT BASE MDL , NJ 08733
- USA
Primary Point of Contact
- Michael Miller
- michael.t.miller248.civ@us.navy.mil