Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2015 FBO #5108
SOLICITATION NOTICE

16 -- E-2D Throttle Quadrant Pedestal Spare Effort

Notice Date
11/16/2015
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134016R0019
 
Response Due
11/30/2015
 
Archive Date
12/30/2015
 
Point of Contact
Romy Roman-Conway 4073804049 Sidney Galloway, Jr. Contracting Officer 407-380-8331
 
E-Mail Address
Point of Contact Address
(romy.roman-conway@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to negotiate, on a sole source basis, a contract for the procurement of a single Throttle Quadrant Pedestal spare part (part number 272A214810-01) to support the E-2D flight devices in Norfolk, VA. The contract is planned for Aero Simulation, Inc. of Tampa, FL under the statutory authority of 10 U.S.C. 2304 (c) (1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, śOnly one responsible source and no other supplies or services will satisfy agency requirements. ť Aero Simulation, Inc., cage code 0SHA4, is the only source with the requisite knowledge, experience, and technical expertise to provide this part, since Aero Simulation, Inc. is the original designer, developer, and manufacturer of the E-2D Pedestal spare part. The anticipated award date is July 2016 with delivery in 2017. The anticipated contract value for this procurement is $255K. Aero Simulation, Inc. designed these spare parts to aircraft specifications and remains as the Original Equipment Manufacturer (OEM) who can meet the form, fit, function requirements necessary for timely delivery. Ongoing market research performed by the Government supports there does not exist a commercially available item or non-developmental item to satisfy the Government ™s requirement. Additionally, the Small Business Office concurred with the decision to sole source to the OEM (Aero Simulation, Inc.) on 03 November 2015. This notice is not a request for competitive proposals. It is a notice outlining the Government ™s intent to contract on a sole source basis with Aero Simulation, Inc. Interested sources are solicited to provide their written technical capabilities. Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Interested sources must submit detailed written technical capabilities to deliver the E-2D Pedestal spare to support the E-2D flight trainer devices to meet the needs of the Government. Detailed written capabilities must be submitted by email to Ms. Romy Roman-Conway (romy.roman-conway@navy.mil) in an electronic format that is compatible with Microsoft Office 2010 applications (MS Word), no later than close of business on Monday, 30 November 2015. Verbal submissions via phone will not be honored. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than TEN (10) pages. A determination by the Government not to compete this proposed contract action 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 a competitive procurement. This notice is not to be considered a request for quotations or proposals. No solicitation document is available. No contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source is available and more advantageous to the Government. If no written challenge to this synopsis is received, a justification and approval (J and A) for other than full and open competition in accordance with the statutory authority of 10 U.S.C. 2304 (c)(1) as implemented by Federal Acquisition Regulation (FAR) subpart 6.303 based on the rationale provided above will be initiated. If conducted as a sole source procurement, a separate synopsis will not follow. This synopsis will satisfy the intent of the requirements under FAR 5.201 and 5.204. In accordance with FAR 5.102(e), copies of the solicitation will be available upon request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134016R0019/listing.html)
 
Place of Performance
Address: Naval Air Station (NAS) Norfolk
Zip Code: Bldg. LP-49, 1037 Bellinger Blvd., Norfolk, VA
 
Record
SN03947459-W 20151118/151116235113-dd51e9620458f4ea3283176f33ef12c3 (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.