Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2025 SAM #8696
SOLICITATION NOTICE

15 -- 15--THRUST REVERSER SEC, IN REPAIR/MODIFICATION OF

Notice Date
9/15/2025 3:23:46 AM
 
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
N0038325QT569
 
Response Due
9/29/2025 1:30:00 PM
 
Archive Date
10/14/2025
 
Point of Contact
Telephone: 2156971073
 
E-Mail Address
CAROLYN.A.CLARK30.CIV@US.NAVY.MIL
(CAROLYN.A.CLARK30.CIV@US.NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N791.15|LRE|771-229-0402|carolyn.a.clark30.civ@us.navy.mil| COMMERCIAL PRODUCT PROCUREMENT NOTICE|5|||||| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and receiving report combo||TBD|N00383|TBD|TBD|See schedule|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION 2025-O|81|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| CUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION|16||||||||||||||||| SERVICES (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|336413|1250||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)|4||||| This solicitation will be using competitive procedures. This solicitation will be set aside for small business. NAVSUP WSS is soliciting for quotes including firm fixed unit pricing. Estimated unit pricing will not be considered for award. Quotes may be emailed to the below address and must be received by 04:30PM EST on the closing date, listed in block 10 on page 1 of this solicitation: Carolyn.a.clark30.civ@us.navy.mil Quotes received after the closing date are considered to be late and will not be considered for award. If only one acceptable quote is received in response to this solicitation, competitive procedures will shift to sole source negotiations. The Government intends to make a single award to the eligible, responsible quoter whose quote is technically acceptable and which is determined most advantageous to the Government, price considered. This requirement can only be repaired by small business suppliers who provide Federal Aviation Administration (FAA)-Certified parts which possess an FAA Authorized Release Certificate, FAA Form 8130-3 Airworthy Approval Tag from certified repair stations pursuant to 14 CFR Part 145. The Government will award a contract resulting from this solicitationTo the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, in the following order of importance: 1)Price 2)RTAT 3)Past Performance Repair Turnaround Time (RTAT) definition: The contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractor 's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in the subsequent contract. Required RTAT: 90 days after receipt of asset Throughput Constraint: Contractor must provide a throughput Constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commences X/month (contractor fill in #). A throughput of ##____ per month reflects no throughput constraint. Induction Expiration Date: 365 days after contract award date. Any asset received after this date in days is not authorized for repair without bi-lateral agreement between the Contractor and NAVSUP WSS Contracting Officer. Reconciliation:A reconciliation modification will be issued after final Inspection and acceptance of all assets inducted under the subsequent contract. The parties have agreed to a price (shown on the schedule page) for each unit at the negotiated RTAT. Such prices are based on the Contractor meeting the RTAT requirements described within the schedule page. If the Contractor does not meet the applicable RTAT requirement, consideration will be assessed and subject to negotiation. Addendum to FAR 52.212-4 Contract Terms and Conditions Commercial Items Applicable only for P-8 CAT 1 & CAT 2 items In addition to paragraph (a), ""Inspection and Acceptance"", 1.The contractor shall provide notification to the government of all proposed Engineering changes that effect components managed under this contract. No changes shall be made without written authorization from the government for any change which will or may affect: a)Interchangeability, performance, weight, safety, reliability, service life, fit, form, function, and maintainability; or b) Federal Aviation Administration(FAA) type certification c) Require part re-identification for any reason. 2. The change notification shall include at a minimum the affected Part number(s) and required approval date in order to maintain current contractual performance requirements. The contractor shall make available to the government any commercially available change documentation such as Service Bulletins or Original Equipment Manufacturer Product Line Change Notifications. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be ""issued"" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to ""issue"" contractual documents as detailed herein. Early and incremental deliveries accepted and preferred. \
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ac0ef1399d5a437caee90fe56173e3b9/view)
 
Record
SN07590853-F 20250917/250915230047 (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.