Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

15 -- Marine Variant (MV) AC Bus Tie Installs

Notice Date
7/1/2024 8:48:01 AM
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-24-RFPREQ-APM275-0223
 
Response Due
7/16/2024 9:00:00 AM
 
Archive Date
07/31/2024
 
Point of Contact
Mary Ellen Howard, Julie Gill, Phone: 3013427607
 
E-Mail Address
maryellen.howard7.civ@us.navy.mil, julie.m.gill2.civ@us.navy.mil
(maryellen.howard7.civ@us.navy.mil, julie.m.gill2.civ@us.navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR) intends to enter into sole source negotiations with, and subsequently award a Firm Fixed Price (FFP) delivery order under Basic Ordering Agreement (BOA) N00019-22-G-0002 to the Bell Boeing Joint Project Office FOR A FOLLOW ON REQUIREMENT for V-22 AC Bus Tie Installs. The maximum total estimated quantities for this procurement is forty-five (45). This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, �Only one responsible source and no other supplies or services will satisfy agency requirements.� Bell Boeing is the sole designer, developer, and manufacturer of the V-22 Tilt rotor aircraft and is the only known source that possesses the requisite knowledge and expertise to perform this effort within the required schedule. Also, Bell Boeing is the only source that possesses the totality of engineering and technical data required to perform this effort. 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, 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, to the Contract Specialist listed below 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. A determination not to compete this requirement is solely within the discretion of the United States Government. For small business or subcontracting opportunities, please contact MeOsha Bell at (817) 280-5583.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c99cbdd753d74ec3b5f603451cbf3384/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07113823-F 20240703/240701230109 (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.