SOLICITATION NOTICE
16 -- PMA-231 NP2000 Propeller System Feathering System Upgrade Increased Quantities
- Notice Date
- 8/29/2013
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-13-P2-PMA-231-0164
- Archive Date
- 10/15/2013
- Point of Contact
- Vincent J. Petrillo, Phone: 301-757-7041, Selinda C Joyner, Phone: 202-685-9139
- E-Mail Address
-
vincent.petrillo@navy.mil, selinda.joyner@navy.mil
(vincent.petrillo@navy.mil, selinda.joyner@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Naval Air Systems Command (NAVAIR) intends to negotiate and award a new Order under Basic Ordering Agreement (BOA) N00019-13-G-0002 to the Hamilton Sundstrand Corporation (HSC), a UTC Aerospace Systems Company, Windsor Locks, CT for the modification of three NP2000 Line Replaceable Units (LRU): the Electronic Valve Housing (EVH), the Actuator Valve Module (AVM), and the Variable Pitch Actuator (VPA) to correct a deficiency in the propeller feathering system. This Order will also incorporate the modification of existing HS manufactured aircraft level support equipment required for installation of the LRUs. These modifications will be implemented on a forced-retrofit basis to address a safety concern related to a failure in the propeller feathering system and will affect the E-2C, C-2A, and E-2D type model series aircraft. The proposed Order will be for a base year only and will have a period of performance of 12 months. The proposed Order will be applicable to US Navy (USN) aircraft only. This effort will include: production management, retrofit parts and instructions, material procurement, machining, build-up, acceptance testing, configuration audits, packaging and delivery. HSC is the sole designer, developer and manufacturer of the NP2000 propeller systems, and as such is the only source with the requisite knowledge, experience, and technical data necessary to address and resolve the safety, reliability, and readiness problems in a timely manner. Accordingly, HSC is the only known qualified, responsible source that can fulfill the requirements specified herein. The proposed BOA is for potential future Orders for the supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of Title 10, U.S. Code 2304 (c)(1), as implemented by FAR 6.302-1, ‘Only One Responsible Source', and no other supplies or services will satisfy agency requirements. Interested persons may identify their interest and capability to respond to the requirement. All responses received within thirty (30) days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete these proposed contracts based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct competitive procurement. Persons interested in subcontracting opportunities may contact Ms. Gail Nadok, HSC Senior Contracts Administrator, by phone at (860) 654-6135 or via email at Gail.Nadok@hs.utc.com.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-13-P2-PMA-231-0164/listing.html)
- Place of Performance
- Address: One Hamilton Road, Windsor Locks, Connecticut, 06096, United States
- Zip Code: 06096
- Zip Code: 06096
- Record
- SN03169318-W 20130831/130830001314-91c583c7427b83d46a74143d3b8e61d1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |