Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
DOCUMENT

16 -- NAVY REPAIR OF T64 ENGINE COMPONENTS - Attachment

Notice Date
5/8/2017
 
Notice Type
Attachment
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
N00383 NAVSUP Weapon Systems Support Philadelphia PA NAVSUP 700 Robins Avenue Philadelphia, PA
 
Solicitation Number
N0038316Y4808
 
Response Due
5/23/2017
 
Archive Date
6/7/2017
 
Point of Contact
STACEY WEINERT 215-697-1255
 
Small Business Set-Aside
N/A
 
Description
The NAVSUP Weapon System Support plans to award a one year, firm fixed price contract for the repair of seventeen head-of-family (HOF) items and fifteen family members used on the T64 engine (see Attachment A) for which the Government intends to solicit and negotiate with General Electric Aviation (GEA), Cage Code 99207, located in Lynn, MA under the authority of FAR 6.302-1. It is anticipated that this proposed one year contract will be followed by a long term contract for which a separate sources sought notice is being concurrently published in fedbizopps. The proposed requirement will require delivery of RFI repaired Aviation Depot Level Repairables (AVDLR) via a partnership between the awardee and the Fleet Readiness Center, East (FRCE), in Cherry Point, NC. In accordance with Title 10 DoD depot capability requirements, partnering with FRCE is required for repair of all items under this proposed requirement. All piece parts and components required in support of the AVDLR repair must be obtained from an approved source of supply and furnished by the Contractor. All items to be supported by this proposed contract have been designated as Critical Safety Items (CSI) and must be supported in accordance with Defense Federal Acquisition Regulation Supplement 209.270. These items require Government Source Approval prior to contract award, as the items are flight critical and/or the technical data available has not been determined adequate to support repair via full and open competition. Only the source previously approved by the Government for repair of these items (GEA) 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 Brochure which can be obtained at https://www.navsup.navy.mil/public/navsup/wss/business_opps/. If your request for source approval is currently being evaluated at NAVSUP WSS, please 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 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 be continued based on Fleet support needs.. The spare repairable assemblies to be repaired and/or modified under this agreement 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. GEA is the Original Equipment Manufacturer (OEM) of all the items in Attachment A and is the only known source to possess full repair capability. Complete data, drawings and the rights to the same are not available from the Government; therefore, GEA is the sole approved source of repair for all the items listed in Attachment A. Previously, a sources sought notice for this requirement was released in December 2016 without any responses received. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00383/N0038316Y4808/listing.html)
 
Document(s)
Attachment
 
File Name: N0038316Y4808_Attachment_A.PDF (https://www.neco.navy.mil/synopsis_file/N0038316Y4808_Attachment_A.PDF)
Link: https://www.neco.navy.mil/synopsis_file/N0038316Y4808_Attachment_A.PDF

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04499905-W 20170510/170508234814-119315c7387ab98dbd4e3d8507491570 (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.