Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2014 FBO #4764
SOLICITATION NOTICE

15 -- F/A-18E/F ECP 6282 Inner Wing Retrofit Kit Installation

Notice Date
12/8/2014
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft 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
N00019-11-G-0001-0232
 
Archive Date
1/7/2015
 
Point of Contact
Jessica L McGee, Phone: 301-757-1953, Meagan Foster, Phone: (301) 757-5934
 
E-Mail Address
jessica.mcgee@navy.mil, meagan.foster@navy.mil
(jessica.mcgee@navy.mil, meagan.foster@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR) intends to award a firm fixed price Order under Basic Ordering Agreement N00019-11-G-0001 with The Boeing Company (CAGE 76301) of St. Louis, Missouri 63166, for the procurement of additional retrofit kit installations for the F/A-18E/F aircraft via Engineering Change Proposal ECP 6282 'FT50 / FT77 Post-CRI Inner Wing Retrofit' to be installed during Fiscal Years 2015 and 2016 at NAS Lemoore, CA as a follow-on to BOA Order N00019-11-G-0001-0141. This effort will be procured on a sole source basis under NAICS 336411 (Aircraft manufacturing) and PSC 1510 (Aircraft - Fixed Wing) pursuant to the authority of FAR 6.302-1. The Boeing Company is the sole designer, developer, manufacturer and integrator of the F/A-18E/F and EA-18G aircraft in its various configurations, and is the only source with the knowledge, expertise and on-site personnel necessary to accomplish this effort. For subcontracting opportunities, please contact Mr. Roy Parenzuela from The Boeing Company at (314) 777-2126. This synopsis is for informational purposes only and is not a request for competitive proposals. Responsible sources may submit a Statement of Capability and Qualifications to the Contract Specialist listed demonstrating their ability to perform the Government's requirement and shall provide proof of approved facility and personnel clearances necessary to meet the delivery schedule required within 15 days from the publication date of this announcement. The Government will utilize the capability statements received solely to confirm the sole source acquisition approach or to reconsider a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-11-G-0001-0232/listing.html)
 
Place of Performance
Address: NAS Lemoore, CA, United States
 
Record
SN03590285-W 20141210/141208234623-d3d9432caa04576405db5985e0237fbf (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.