SOLICITATION NOTICE
28 -- Addition of 18 HOFs of the F404 engine to existing Navy BOA N0038322GTF01
- Notice Date
- 4/25/2024 5:07:43 AM
- Notice Type
- Presolicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
- ZIP Code
- 19111-5098
- Solicitation Number
- N0038324R004C
- Response Due
- 5/10/2024 1:00:00 PM
- Archive Date
- 05/25/2024
- Point of Contact
- CHRISTOPHE J. LETTS JR, N722.14, PHONE (215)697-1249, FAX (215)697-0491, EMAIL CHRISTOPHER.J.LETTS@NAVY.MIL, Christian Ingerson
- E-Mail Address
-
CHRISTOPHER.J.LETTS@NAVY.MIL, christian.j.ingerson.civ@us.navy.mil
(CHRISTOPHER.J.LETTS@NAVY.MIL, christian.j.ingerson.civ@us.navy.mil)
- Description
- This serves as the pre-solicitation synopsis for a two-year addition to NAVSUP Basic Ordering Agreement (BOA) N0038322GTF01 to include the repair of 18 Head of Families (HOFs) for the F404 engine propulsion system for the F-18 aircraft. For a full list of items being added, please see the Exhibit A attached to this notice. These items are sole source to General Electric (GE), CAGE 99207 located in Lynn, Massachusetts. GE 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 GE, all responsible sources may submit a capability statement which shall be considered by the agency as interest in this requirement. The Government does intend 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 maintain design control and repair knowledge or technical data that is essential to maintaining the quality of this part. The 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 addition will comply with core logistics capability and depot level maintenance requirements. All responsible sources may identify their interest and capability by responding to the requirement. Eligible contractors shall provide a submission to Christopher.j.letts2.civ@us.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 manufacture or 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. 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/public/navsup/wss/business opps/ If your request for source approval is currently being evaluated at NAVSUP WSS, please provide with your submission a copy of 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. 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 contribute based on Fleet support needs. Questions or comments regarding this notice may be addressed to Christopher Letts either by e-mail at Christopher.j.letts2.civ@us.navy.mil or by phone at (215)-697-1249.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/261a0b3883014401bfd5ce6c6db5b08a/view)
- Place of Performance
- Address: Lynn, MA, USA
- Country: USA
- Country: USA
- Record
- SN07043051-F 20240427/240425230046 (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 |