Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2023-04-27 07:10:00
United States SAM

16--PWA POWER PC-GPP II, IN REPAIR/MODIFICATION OF

Process Number N0038323QTM84

USA

Dates:


Notice ID:

N0038323QTM84

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

NAVSUP WEAPON SYSTEMS SUPPORT

Office:

NAVSUP WEAPON SYSTEMS SUPPORT

General Information:


All Dates/Times are:

(utc-04:00) eastern standard time, new york, usa

Updated Published Date:

(utc-04:00) eastern standard time, new york, usa

Original Published Date:

2023-04-27 07:10:00

Original Response Date:

jun 12, 2023 12:00 am edt

Inactive Policy:

manual

Original Inactive Date:

jun 27, 2023

Initiative:
  • None***--***

Classification:


Product Service Code:

1680 - miscellaneous aircraft accessories and components

Description:


Original Set Aside:

NSN 7R-1680-015739393-V2, TDP VER 001, QTY 6 EA, DELIVERY FOB ORIGIN. NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia intends to solicit on asole source basis with ELBITAMERICA INC, CAGE 0WEC9 for the Repair of Items Below: NOMENCLATURE NIIN PART NUMBER AIRCRAFT PWA POWER PC-GPP II 015739393 27207C-01 V-22 The Government intends to solicit and negotiate with Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Source Authority: 10 U.S.C. 2304(c)(1), as supplemented by FAR 6.302. Source Approval Statement applies to this NSN. The approved sources for this material are listed above and it is expected that award will be made to this firm. Any firm which is not already approved to manufacture this material must submit a Source Approval Request, SAR. This procurement will not be delayed to wait for a SAR approval. NAICS CODE: 336413 PSC: 1680 Contract Duration will be 1 year. UID: UID requirements will apply. Buy American Clauses will apply and will be posted in the solicitation. The Government intends to acquire these supplies using the provisions, clauses and procedures prescribed in FAR Part 15. Based upon market research, the Government is NOT using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. Interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item WITHIN15 days of this notice. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days after date of publication of this synopsis will be considered by the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government is seeking a Repair TurnAround Time (RTAT) of: 105 days *Note: The RTAT will result in an enforceable delivery date unless covered by an excusable or Government delay. Your RTAT shall include the time to repair thecarcass to "A" condition and packaging/shipment back to the Navy. This procurement is not a Total Small Business Set-Aside. Electronic procedures will be used for this solicitation. No telephone requests will be honored and no hard copies will be mailed out. Interested organizations may submit their capabilities and qualifications to perform the effort by email Meghan Schmitz, meghan.e.schmitz.civ@us.navy.mil. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing/repair knowledge by the qualified source(s) require acquisition/repair of the part from the approved source(s). The approved source(s) retain data rights,manufacturing/repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle Stock Point (DODSSP) at Document Automation and Production Service(DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. 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, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate of publication of this synopsis 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. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice.

Attachments / Links:


Document Size Updated date Download

Contact Information:


PHILADELPHIA 700 ROBBINS AVENUE

PHILADELPHIA , PA 19111-5098

USA

Primary Point of Contacts:

MEGHAN SCHMITZ