SLAP Engine Starter Cartridge OA Testing

Agency: DEPT OF DEFENSE
State: Maryland
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159053823235482
Posted Date: Apr 18, 2024
Due Date: May 2, 2024
Solicitation No: N00174-24-SIMACQ-E1-0007
Source: Members Only
Follow
SLAP Engine Starter Cartridge OA Testing
Active
Contract Opportunity
Notice ID
N00174-24-SIMACQ-E1-0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NSWC INDIAN HEAD DIVISION
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 18, 2024 02:42 pm EDT
  • Original Response Date: May 02, 2024 10:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H213 - EQUIPMENT AND MATERIALS TESTING- AMMUNITION AND EXPLOSIVES
  • NAICS Code:
    • 336415 - Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
  • Place of Performance:
    Indian Head , MD 20640
    USA
Description

THIS IS A NOTICE OF INTENT TO SOLE SOURCE, NOT A REQUEST FOR A QUOTE (RFQ). A RFQ WILL NOT BE ISSUED AND QUOTES WILL NOT BE REQUESTED.





Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC, IHEODTD), intends to award a firm fixed price contract on a noncompetitive basis to



General Dynamics Ordinance and Tactical Systems at 6685 Route 148 Marion, IL 62959 to provide:





OA TESTING OF TOMAHAWK ENGINE STARTER CARTRIDGE TO EVALUATE PERFORMANCE AND RELIABILITY OF: [Tomahawk Block IV F415-WR-400 Turbofan Engine Start Cartridge (P/N 650 029)]





Table 1: Test Matrix Serial Number (S/N)



Lot Number



Test Temperature (°F)



NE-0905



OLM04E001-002



-51



NE-0985



OLM04E001-002



-51



NE-1123



OLM04M001-005



-51



NE-1325



OLM05E001-006



-51



NE-1436



OLM05F001-007



-51



NE-1585



OLM05H001-008



-51



NE-0921



OLM04E001-002



15



NE-0989



OLM04E001-002



15



NE-1126



OLM04M001-005



15



NE-1333



OLM05E001-006



15



NE-1487



OLM05F001-007



15



NE-1589



OLM05H001-008



15



NE-0983



OLM04E001-002



122



NE-1128



OLM04M001-005



122



NE-1129



OLM04M001-005



122



NE-1349



OLM05E001-006



122



NE-1490



OLM05F001-007



122



NE-1608



OLM05H001-008



122









This action is be undertaken in accordance with FAR 13.106 (b) Soliciting from a single source, on the basis that the vendor is the only known source capable of meeting the government’s requirements

The North American Industry Classification System (NAICS) for this requirement is 336415. The FSC code is H213. The resulting contract will be a firm fixed price contract. Negotiation being conducted using other than full and open competition procedures pursuant to authority of 10 U.S.C. 2304 (C) (1).





This Notice of Intent is not a request for quotes. Interested parties may identify their interests and capability to respond to this requirement by May 2, 2024 by 10AM (EST). Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. The determination not to compete this proposed contract action is solely within the discretion of the Government. The Government will not be responsible for any costs incurred by responding to this notice.





Responses to this electronic notice must be made by May 2, 2024 by 10AM (EST). Interested vendors must be registered in the System for Award Management (SAM) at https://www.sam.gove/portal/public/SAM. Oral communications are not acceptable in response to this notice. Interested parties shall e-mail all statements, quotes, and capabilities to James (Jimmy) Ludwick, via email: james.e.ludwick2.civ@us.navy.mil and must provide clear and concise documentation indicating a vendor's bona fide capability.




Attachments/Links
Contact Information
Contracting Office Address
  • 4219 SOUTH PATTERSON ROAD
  • INDIAN HEAD , MD 20640-1533
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >