59--RADOME

Agency:
State: Federal
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159030556204527
Posted Date: Feb 22, 2024
Due Date: Apr 8, 2024
Source: Members Only
Follow
59--RADOME
Active
Contract Opportunity
Notice ID
N0038324RTM79
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP WEAPON SYSTEMS SUPPORT
Sub Command 2
NAVSUP WSS PHILADELPHIA
Office
NAVSUP WEAPON SYSTEMS SUPPORT
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 22, 2024 07:17 am EST
  • Original Response Date: Apr 08, 2024 12:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5985 - ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
  • NAICS Code:
  • Place of Performance:
Description
NSN 0R-5985-017091710-P8, REF NR 10025-1, QTY 5 EA, DELIVERY FOB ORIGIN. NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia intends to solicit on a sole source basis with The Boeing Company (CAGE: 81205) for the SPARE of items Below: NOMENCLATURE NIIN PART NUMBER AIRCRAFT RADOME 017091710 10025-1 P-8 The Government intends to solicit and negotiate with Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Source Authority: 10 U.S.C. 2304(c)(1), as supplemented by FAR 6.302. Source Approval Statement applies to this NSN. The approved sources for this material are listed above and it is expected that award will be made to this firm. Any firm which is not already approved to manufacture this material must submit a Source Approval Request, SAR.This procurement will not be delayed to wait for a SAR approval. NAICS CODE: 334220 PSC: 5985 Contract Duration will be 1 year. UID: UID requirements will apply. Buy American Clauses will apply and will be posted in the solicitation. The Government intends to acquire these supplies using the provisions, clauses and procedures prescribed in FAR Part 15. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. Interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item WITHIN 15 days of this notice. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days after date of publication of this synopsis will be considered by the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This procurement is not a Total Small Business Set-Aside. No telephone requests will be honored and no hard copies will be mailed out. Interested organizations may submit their capabilities and qualifications to perform the effort by email Kyle Matsinger, kyle.r.matsinger.civ@us.navy.mil. The design of this part is unstable. Engineering, manufacturing, or performance characteristics indicate that the required design objectives have not been achieved. Major changes are contemplated because the part has a low process yield or has demonstrated marginal performance during tests or service use. These changes will render the present part obsolete and unusable in its present configuration. Limited acquisition/repair from the present source is anticipated pending configuration changes. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. 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 one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded 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 for award under this solicitation. 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 continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle Stock Point (DODSSP) at Document Automation and Production Service(DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. 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 FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice.
Attachments/Links
Contact Information
Contracting Office Address
  • PHILADELPHIA 700 ROBBINS AVENUE
  • PHILADELPHIA , PA 19111-5098
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 22, 2024 07:17 am ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >