Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
DOCUMENT

16 -- Establishment of 5-year LTC for repair of Beacon Transmitters and Receivers for the F-18 aircraft - Attachment

Notice Date
3/12/2018
 
Notice Type
Attachment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
N00383 NAVSUP Weapon Systems Support Philadelphia PA NAVSUP 700 Robins Avenue Philadelphia, PA
 
Solicitation Number
N0038318Y0012
 
Response Due
3/23/2018
 
Archive Date
4/7/2018
 
Point of Contact
Zachary Dunn 215-697-5778
 
Small Business Set-Aside
N/A
 
Description
This notice serves as synopsis notice for the establishment of a 5-year Long Term Contract (LTC) for the repair of the Beacon Transmitter (NIIN: 01-523-0652) and the Beacon Receiver (NIIN: 01-523-0650) for the F-18 Aircraft. The repair of these items is sole source to Sierra Nevada Corporation (Cage: 8X691). Sierra Nevada Corporation has licensed from the Original Equipment Manufacturer (OEM) the repair data for these requirements 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. Even though these items are sole source to Sierra Nevada Corporation, 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 PCO, Zachary Dunn at 215-697-5778. 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 and 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, quotations or capability statements. Eligible contractors shall provide a submission to Zachary.s.dunn@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 of repairing the P/N in #2 but your company is not the OEM? a) Explain how your company has the technical capacity to perform the necessary repairs. 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 prior to contract award. Only the source previously approved by the Government for repair of these items 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 Information Brochure for Repair. This brochure identifies technical data required to be submitted based on your company ™s experience in repair of the same or similar items. This brochure can be obtained by calling the NAVSUP WSS PCO or at: https://www.navsup.navy.mil/navsup/ourteam/navicp/business_opps If your request for source approval is currently being evaluated at NAVSUP WSS, 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 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 continue based on Fleet support needs. This notice of intent is not a request for competitive proposals. All proposals received within 10 days after date of publication of this synopsis will be considered by the Government. Questions or comments regarding this notice may be addressed to Zachary Dunn either by e-mail at Zachary.s.dunn@navy.mil or by phone (215) 697-5778.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00383/N0038318Y0012/listing.html)
 
Document(s)
Attachment
 
File Name: N0038318Y0012_N00383-18-Y-0012_Attachment_A.pdf (https://www.neco.navy.mil/synopsis_file/N0038318Y0012_N00383-18-Y-0012_Attachment_A.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0038318Y0012_N00383-18-Y-0012_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
SN04851643-W 20180314/180312231700-0c53ee1f27fb996b118f118e6f7cef3f (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.