Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2025 SAM #8683
MODIFICATION

16 -- E-2D 5 Year Requirements LTC

Notice Date
9/2/2025 12:18:00 PM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038325RM751
 
Response Due
10/2/2025 11:00:00 AM
 
Archive Date
10/17/2025
 
Point of Contact
Karli Collins, Phone: 2156974067
 
E-Mail Address
karli.d.collins.civ@us.navy.mil
(karli.d.collins.civ@us.navy.mil)
 
Description
NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia is seeking eligible contractors to provide Requirements type Long Term Contract (LTC) support for the NSNs identified within this Sources Sought Notice for a period of five years. This effort is for repair/modification of 24 items in support of the E-2D Advanced Hawkeye Aircraft. The applicable North American Industry Classification System (NAICS) code assigend to this procurement is 336413. Other Aircraft parts and Auxiliary Equipment Manufacturing. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The Government intends to solicit for repair of the various 24 items listed below. Eligible contractors shall provide a submission to karli.d.collins.civ@us.navy.mil no later than October 2, 2025 that includes: 1) Company Name & Cage Code 2) Describe whether your company is capable of providing repair capability in support of this LTC effort for all NIINs included within this notice. 3) Is your company a Small Business? If so, what type of Small Business? 4) Company POC The notice of intent is not a request for competitive proposals. However, all responses received by Novemember 29, 2024 will be considered by the Government. The components listed below are complex, Critical Safety Items (CSl)/Critical Application Items (CAI), which must meet critical operational and reliability requirements, the achievement of which requires unique repair/overhaul techniques, and extensive sophisticated testing. Because these items are CSI/CAI, potential sources must be Navy approved sources in accordance with NAVAIR Instruction 4200.56 Critical Item Management. Source Approval is required. WSS may not delay award while Source Approval is pending. 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 response, the information detailed in the NAVSUP-WSS Source Approval Information Brochure for Repair. Additional information for submitting a Source Approval Request Package can be obtained at https://www.navsup.navy.mil/public/navsup/wss/business_opps/. Questions or comments regarding this notice may be addressed to Karli Collins by e-mail at karli.d.collins.civ@us.navy.mil. See the attachment to this notice for a complete listing of NIINs/items.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2621a2773047411fae8208408fa9e913/view)
 
Place of Performance
Address: Melbourne, FL 32904, USA
Zip Code: 32904
Country: USA
 
Record
SN07574084-F 20250904/250902230045 (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.