Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2025 SAM #8565
SOLICITATION NOTICE

J -- Inspection Scope Test Set RoR BOA

Notice Date
5/7/2025 1:01:55 PM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833523G0022
 
Response Due
5/22/2025 1:00:00 PM
 
Archive Date
06/06/2025
 
Point of Contact
Mairen Flanagan
 
E-Mail Address
mairen.e.flanagan.civ@us.navy.mil
(mairen.e.flanagan.civ@us.navy.mil)
 
Description
The Naval Air Warfare Center Aircraft Division, Lakehurst NJ, in support of the KC-130J Program, intends to issue additional delivery/task orders and modifications under Basic Ordering Agreement (BOA) N68335-23-G-0022 on a sole-source basis with Hoffman Engineering, LLC, CAGE Code: 06097. The BOA ordering period is estimated to be five years. The place of performance is the contractor's facility in Stamford, CT, and at NAWCAD Lakehurst, NJ. This requirement is for the Repair of Reparables (RoR) and calibration of the Inspection Scope Test Set, P/N: NVG-102C, which is used for maintenance on Navy and United States Marine Corps (USMC) C-130 Aircraft in support of the KC-130J Program. 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 10 U.S.C. 3204(a)(1), FAR 6.302-1; Only one responsible source and no other supplies or services will satisfy agency requirements. Government analysis of market research and the responses received to Pre-Solicitation Notice N68335-23-Q-0158 concluded that only the Original Equipment Manufacturer (OEM) Hoffman Engineering, LLC, possesses the requisite knowledge, experience, technical expertise and technical data necessary to meet the Government's requirements. The OEM owns the proprietary rights to the drawings and design of this equipment, and is not selling any of the rights. There are no other manufacturers or approved distributors identified that are able to meet the Government's requirement. THIS IS NOT A REQUEST FOR PROPOSALS. However, the Government will consider all responses received within fifteen (15) days after the date of publication of this synopsis. Registration in the System for Award Management (SAM) at https://sam.gov is mandatory for consideration. A determination by the Government not to open this requirement to competition based on the responses to this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Information provided herein in subject to change and in no way binds the Government to solicit for an award of a contract. Responses must be received within fifteen (15) days of publication of this notice via email, no later than 202 May 2025 at 4:00 PM EDT to Mairen Flangan at mairen.e.flanagan.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7a09ee8054f946f8a09c0677a4ba817d/view)
 
Place of Performance
Address: Stamford, CT, USA
Country: USA
 
Record
SN07433945-F 20250509/250507230043 (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.