Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 20, 2024 SAM #8363
SOLICITATION NOTICE

66 -- Aircraft Platform Weighing/Overrun Set

Notice Date
10/18/2024 5:52:59 AM
 
Notice Type
Presolicitation
 
NAICS
333998 —
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833524R0652
 
Response Due
11/4/2024 6:00:00 AM
 
Archive Date
11/19/2024
 
Point of Contact
Alexander Buchan, Phone: 8482402623
 
E-Mail Address
alexander.g.buchan2.civ@us.navy.mil
(alexander.g.buchan2.civ@us.navy.mil)
 
Description
The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ, intends to negotiate on a sole-source basis with Intercomp Co. (CAGE: 7W667) for the procurement of Aircraft Platform Weighing/Overrun Sets, P/N: 144007, NSN: 6670-01-632-0377, in support of the MQ-4C Triton Unmanned Air Systems Program for the United States Navy. This is a Critical Application Item (CAI). Use of a non-CAI item may result in marginal severity, which could result in one or more of the following: injury or occupational illness resulting in in one or more lost workday(s), reversible moderate environmental impact, or monetary loss equal to or exceeding $100K but less than $1M.� Federal Acquisition Regulation (FAR) 46.101 defines a CAI as �an item the failure of which is likely to result in hazardous or unsafe conditions for individuals using, maintaining, or depending upon the item; or is likely to prevent performance of a vital agency mission.� The Government intends to solicit and negotiate this requirement under the authority of 10 U.S.C. 2304(c)(1), FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, as Intercomp Co. confirmed that they do not have authorized distributors to allow for a limited competition for the above P/N. A solicitation will NOT be posted following the close of this synopsis, unless alternate offerors are identified. Intercomp, Co. is the Original Equipment Manufacturer (OEM) of the Aircraft Platform Weighing/Overrun Set.� The data rights for the set are proprietary to the OEM, and the Government does not have rights to the data.� THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Alternate offerors must submit a Source Approval Request (SAR) package within fifteen (15) days after date of publication of this synopsis to the Contract Specialist in order to be considered for an award. Once received, the SAR package will be forwarded to the Technical Authority (TA).� The SAR package shall contain the following documentation: Copy of complete configuration drawings for a similar item(s) which your company has produced within the past three years, including test procedures for which your company has been: Qualified to manufacture; and Which is similar, i.e. requires the same materials, manufacturing processes, inspections, tolerances, and similar application as the item(s) for which you are seeking approval Copy of the complete process/operation sheets used to manufacture the similar item, including but not limited to, detailed shop sketches. These plans must note those operations and processes performed by subcontractors/vendors. Complete copies of purchase orders, shipping documents, etc. that document delivery of production quantities of the part to the Original Equipment Manufacturer or Military service. Provide the most recent copies of the documents. A detailed comparative analysis of the differences/similarities between the similar part and the part(s) for which you are seeking approval. This analysis should include materials, configuration, tolerances, process requirements, dimensions, castings, forgings, etc. Copy of inspection method sheets used in the manufacturing and at final inspection. These sheets should include actual tolerance, print requirements, inspection devices, sources performing the operation, and level of inspection. Critical characteristics should be discernable from all other characteristics. Copy of certification showing that the similar item(s) is certified and intrinsically safe for operation in Class I, Division I Groups C and D Hazardous (Classified) Locations. Hazardous locations include all areas beneath an aircraft where fuel and fumes may accumulate due to the aircraft being weighed while fully fueled and when empty, where trapped fuel exists. Both represent hazardous environments due to the presence of gaseous fumes. Registration in the System for Award Management (SAM) at https://www.sam.gov is mandatory for consideration. If time does not permit evaluation of SAR packages, the alternate offer will not be reviewed for this procurement, but, if approved, will be considered for future procurements. Please contact the Contract Specialist identified in this post for more information about the SAR package and approval process, and if there are any questions.� Information provided herein is 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 04 November 2024 at 9:00 AM EDT to Mr. Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/168216d010af41bf9e7bbef09562f321/view)
 
Record
SN07244396-F 20241020/241018230103 (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.