Skip to main content

An official website of the United States government

You have 2 new alerts

1680 - Requirements contract with a five-year ordering period for spares and repairs in support of the FA-18 E-F Super Hornet and EA-18 G Growler MPCDR and UFCD for the USN and Foreign Military Sales.

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: Oct 10, 2024 10:09 am EDT
  • Original Response Date: Oct 25, 2024 12:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 11, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:

Description

This notice serves as a synopsis for a requirements contract with a five (5) year ordering period for spares and repairs listed on the Attachment A in support of the F/A-18 E-F Super Hornet and EA-18 G Growler MPCDR (Multipurpose Color Display Replacement) and UFCDR (Up-Front Control Display Replacement) for the USN and Foreign Military Sales (FMS) customers (Australia, Finland, Malaysia, Kuwait, Spain, and Switzerland). Attachment A is distributed as follows: Navy Repairs ITEM-NUM beginning with letter A (Pgs. 1-12) FMS Repairs ITEM-NUM beginning with letter B (Pgs. 13-24) Navy Spares ITEM-NUM beginning with letter C (Pg. 25) FMS Spares ITEM-NUM beginning with letter D (Pg. 26) NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia is seeking eligible contractors to furnish effort including labor, material and facilities as may be required to manufacture, repair, and/or modify the items as specified within this document. Failure Repair Data (FRD) Contract Data Requirements Lists (CDRLs) are required as well. The Government intends to solicit and negotiate with only one source (ElbitAmerica, Inc., CAGE 0WEC9) under the authority of FAR 6.302-1. The Government intends to solicit for the repairs and spares of the various items listed on the Attachment A. The Government physically does not have in its possession (or cannot provide) sufficient, accurate, or legible data to perform the required repairs or manufacture of the items from other than the current source(s). The subject item requires Government source approval prior to contract award. ElbitAmerica, Inc. is the only responsible source of repair, spares, and FRD CDRL reports capable of meeting the Government’s needs to support this requirement. Complete data, drawings, and the rights to the same are not available from the Government; 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, Jose F. Montes at 215-697-2558, jose.f.montesmontiel.civ@us.navy.mil or jose.f.montes@navy.mil. The items to be manufactured, repaired and/or modified under this contract 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. 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 jose.f.montes@navy.mil and / or jose.f.montesmontiel.civ@us.navy.mil that includes: 1) Company Name and Cage Code 2) Part Numbers/NIINs eligible to manufacture/repair 3) Is your company the Original Equipment Manufacturer (OEM) 4) Is your company capable of manufacturing and/or repairing the items in 2 but your company is not the OEM a) Explain how your company has the technical capacity to manufacture and/ or 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 activity’s procedures, as approved by the cognizant Government engineering activity. The subject items require Government source approval prior to contract award, as the items are Aviation Critical Safety Items (CSI)/Critical Application Items (CAI)/Flight Safety Critical Aircraft Parts and/or the technical data available has not been determined adequate to support repairs and/ or spares via full and open competition. Only the source previously approved by the Government for repairs and spares 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 and /or Spares. These brochures identify the technical data required to be submitted based on your company’s experience in repair of the same or similar items or the manufacture of the same or similar items. These brochures can be obtained by emailing the NAVSUP WSS PCO or at: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/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 that 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. Award will be made only if the offeror, the product and, or service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. Questions or comments regarding this notice may be addressed to Jose F. Montes either by e-mail at jose.f.Montes@navy.mil and, or jose.f.montesmontiel.civ@us.navy.mil or by phone (215) 697-2558. Subcontracting Opportunities: All businesses interested in subcontracting opportunities should contact ElbitAmerica, Inc.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact





History