Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2020 SAM #6727
SOLICITATION NOTICE

J -- OVERHAUL F-18 E-G MLG AND NLG assemblies

Notice Date
4/28/2020 11:44:43 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038320R102H
 
Response Due
5/13/2020 12:00:00 AM
 
Archive Date
06/13/2020
 
Point of Contact
Chris Letts 215-697-1249
 
E-Mail Address
christopher.j.letts@navy.mil
(christopher.j.letts@navy.mil)
 
Awardee
null
 
Description
NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia is seeking eligible contractors to furnish effort including labor, material, and facilities as may be required to repair, overhaul, and/or modify the items as specified within this document. The government intends to solicit for the repair/overhaul of 97 ea, NIIN 01-681-4894, P/N 74K430000-1001, NOM: Landing Gear Parts Kit; 80 ea, NIIN 01-681-4900, P/N 74K400000-1002, NOM: Landing Gear Parts Kit and 80 ea, NIIN 01-681-5270, P/N 74K400000-1001, NOM: Landing Gear Parts Kit. The purpose of this synopsis is to modify existing repair BOA: N00383-17-G-A301 with only one source under the authority of FAR 6.302-1. The overhaul of these items are sole source to The Boeing Company, located in St. Louis, MO. Boeing is the Original Equipment Manufacturer (OEM) and are the only source known to be able to overhaul the items. Complete data, drawings and the rights to the items are not available from the Government. Boeing, the Original Equipment Manufacturer (OEM) of these items maintains design control and knowledge or data that is essential to maintaining the quality of the part. All responsible sources may identify their interest and provide capability statements in response to this notice. This notice of intent is not a request for competitive proposals. However, all proposals received within 15 days after date of publication of this sources sought notice will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Source Approval is required. WSS will not delay award while Source Approval is pending. 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 Information Brochure for Repair. Additional information for submitting a Source Approval Request package can be obtained at: https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opp. At a minimum, all responsible sources may identify their interest and capability to respond to the requirement. Eligible contractors shall provide a submission to Christopher.J.Letts@navy.mil that includes: 1) Company Name and Cage Code 2) Part Number/NIIN eligible to manufacture 3) Is your company the Original Equipment Manufacturer (OEM)? 4) Is your company capable of producing the P/N in #2 but your company is not the OEM? a) Explain how your company has the technical capacity/data to perform the necessary manufacturing. 5) Is your company a Small Business? If so, what type of Small Business? 6) Company POC An alternate source must qualify in accordance with the design control activity�s procedures, as approved by the cognizant Government engineering activity. The subject items require Government source approval. If your request for source approval is currently being evaluated at NAVSUP WSS, submit with your interest, a copy of the cover letter that forwarded your request for source approval. Questions or comments regarding this notice may be addressed to Christopher Letts at Christopher.J.Letts@navy.mil or 215-697-1249
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3a1e42f532784bdbaef67905dfe5975d/view)
 
Record
SN05638025-F 20200430/200428230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.