Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2018 FBO #6232
SOLICITATION NOTICE

16 -- The repair of NIIN 011214565, P/N 3613535 1 ea and NIIN 011688801 P/N 3642580-5 1 ea repairables on FA-18 aircraft

Notice Date
12/14/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
N00383 NAVSUP Weapon Systems Support Philadelphia PA NAVSUP 700 Robins Avenue Philadelphia, PA
 
ZIP Code
19111
 
Solicitation Number
N0038319Q015H
 
Response Due
1/28/2019
 
Archive Date
2/1/2019
 
Point of Contact
215-697-3848
 
Small Business Set-Aside
N/A
 
Description
This notice serves as a combined sources sought and pre-solicitation synopsis for the repair of NIIN 011214565, P/N 3613535 1 ea and NIIN 011688801 P/N 3642580-5 1 ea repairables on FA-18 aircraft Foreign Military Sales- Kuwait. The repair of this item is sole source to The Boeing Company, located in Baldwin Park, CA has licensed from the Original Equipment Manufacturer (OEM)the repair data for these requirements and is the only known source to possess repair capability. Complete data, drawings and the rights to the same are not available from the Government. Even though these items are sole source to The Boeing Company, all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. For any questions concerning this notice, contact the POC, Ariell Wilkins at 215-697-3848 or Ariell.Wilkins@navy.mil. The government intends to solicit and negotiate with the prime contractor under the authority of FAR 6.302-1. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The Original Equipment Manufacturer (OEM) of these items maintains design control for repair knowledge or technical data that is essential to maintaining the quality of the part. 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. This listing of items is attached to this notice. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotation or capability statements. Eligible contractors shall provide a submission to Ariell.Wilkins@navy.mil that includes: 1. Company Name and Cage Code. 2. Part Number / NIIN eligible to repair. 3. Is your company the original Equipment Manufacturer (OEM)? 4. Is your company capable or repairing the P/N in #2 but your company is not the OEM? a) Explain how your company has technical capacity to perform the necessary repairs. 5. Is your company a Small Business? If so, what type of Small Business? 6. Company POC (Point of Contact) An Alternate source must qualify in accordance with the design and control activity ™s procedure, as approved by the cognizant Government engineering activity. The subject item requires Government source approval prior to contract award, as the items are flight critical and/or the technical data available has not been determine adequate to support repair via full and open competition. Only the source previously approved by the government for repair of these items has been 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 approve source you must submit together with proposal, the information detailed in the NAVSUP WSS Source Approval Information Brochure for repair. This brochure identifies data required to be submitted based on your company ™s experiences in repair of the same similar items. This brochure can be obtained at: https://www.navsup.navy.mill/navsup/ourteam/navsupwss/business_opps or by calling NAVSUP WSS at (215)697-4243. If your request for source approval is currently being evaluated at NAVSUP WSS- p, 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 or document previous submission of all data required by 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 prelude the ability to obtain subject items in the time to meet government requirements, award of the subject requirements may continue based on Fleet support needs. This notice of intent is not a request for competitive proposals. All proposals received within 45 days after date of publication of this synopsis will be considered by the Government. Questions or comments regarding this notice may be addressed to Ariell Wilkins either by E-mail at Ariell.Wilkins@navy.mil or by phone 215-697-3848. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/N00383/N0038319Q015H/listing.html)
 
Record
SN05175231-F 20181216/181214230025 (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  © 1994-2020, Loren Data Corp.