Skip to main content

An official website of the United States government

You have 2 new alerts

NOM: NOZZLE, FLIGHT REFUEL, (WSDC): Z9N, AIRCRAFT, F/A18, A-D, E/F, G (GLOWLER), PR: 7000938121; NSN: 1680-011148524, P/N 60318-2B & MS24356-2B, SPE4A624R0102

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: Jan 22, 2024 10:02 am EST
  • Original Published Date: Jan 22, 2024 08:41 am EST
  • Updated Response Date: Feb 06, 2024 03:00 pm EST
  • Original Response Date: Mar 08, 2024 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Feb 21, 2024
  • Original Inactive Date: Mar 23, 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:
    Richmond , VA 23237
    USA

Description

This solicitation will contain one NSN for a NOZZLE, FLIGHT REFUELING; Z9N [WSDC]/ AIRCRAFT, F/A18, A-D, E/F, G (GLOWLER). The original equipment manufacturers and only approved sources are EATON CORPORATION 86090 P/N 60318-2B, THE BOEING COMPANY 76301 P/N MS24356-2B, and SIKORSSKY AIRCRAFT CORPORATION 78286 P/N 60318-2B.  This procurement is unrestricted. The NSN and quantity are as follows:  NSN 1680-011148524, quantity 284 each, no option quantity.  The delivery schedule is 177 days ARO.  FOB: Origin; Inspection/Acceptance: Origin.  This is a NAVY Critical Safety Item (CSI). The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. The solicitation issue date is on or about February 06, 2024, in accordance with (IAW)10 U. S. C. 2304 (c) (1), other than full and open competition applies.  

Conditions for evaluation and acceptance of offers for part numbered items cited in the PID: This agency has no data available for evaluating the acceptability of alternate products offered.  In addition, to the data required in Procurement Note: L04/M06, the offeror must furnish drawings and other data covering the design, materials, etc., of the exact product cited in the PID, sufficient to establish that the offeror’s product is equal to the product cited in the PID. 

The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with the approved sources. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date 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 Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.

Offeror will be required to submit a completed solicitation package, IAW DLA Aviation Notice (DAAN) 15.02. A copy of the solicitation will be available via the DIBBS at https://www.dibbs.bsm.dla.mil/RFP on the issue date cited in this synopsis. RFPs are in portable document format (PDF).  To download and view these documents you will need the latest version of Adobe Acrobat.  This software is available free at http://www.adobe.com.  The anticipated close date will be.  The anticipated award date is March 08, 2024.  The buyer for this requirement is Lionel Allamby Jr, tel (804) 279-5132, email: lionel.allamby@dla.mil

Contact Information

Contracting Office Address

  • ASC COMMODITIES DIVISION 6090 STRATHMORE ROAD
  • RICHMOND , VA 23237
  • USA

Primary Point of Contact

Secondary Point of Contact

History