15--LATCH ASSEMBLY,AIRC

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159318639554397
Posted Date: Mar 21, 2024
Due Date: May 6, 2024
Solicitation No: N0038324QB145
Source: Members Only
Follow
15--LATCH ASSEMBLY,AIRC
Active
Contract Opportunity
Notice ID
N0038324QB145
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 21, 2024 12:08 pm EDT
  • Original Response Date: May 06, 2024 12:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 21, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1560 - AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
  • Place of Performance:
Description
NSN 7R-1560-016602234-P8, REF NR 2007649-2, QTY 15 EA, DELIVERY FOB ORIGIN. NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia intends to solicit on a sole source basis with L3 HARRIS TECHNOLOGIES INC (CAGE: 82340) for the purchase of the following: QTY: 15 Purchase of NSN: 7RH 1560 016602234 P8 P/N: 2007649-2 Item: LATCH ASSEMBLY,AIRC There are no drawings/data available. This source is the Original Equipment Manufacturer (OEM) and the only known source for providing the above part. The Government does not own the data or the rights to the data needed to purchase this part from additional sources. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. 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. This requirement is being synopsized as a sole source procurement to L3 HARRIS TECHNOLOGIES INC (CAGE: 82340), as the Agency anticipates receiving a single acceptable offer from this source. Other capable firms identified as sources IAW with the controlling drawing(s) for this item (including the drawing owner) may contact the government POC identified in this synopsis to express interest in the requirement. 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: 333913 FSC: 1560 The Government intends to acquire these supplies using the provisions, clauses and procedures prescribed in FAR Part 13. 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. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days 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. Electronic procedures will be used for this solicitation. RFP/Solicitation will be posted to NECO. No telephone requests will be honored and no hard copies will be mailed out. Anticipated award date is May 2024. Interested organizations may submit their capabilities and qualifications to perform the effort by email at Sarah.f.pfeil.civ@us.navy.mil.
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
  • Mar 21, 2024 12:08 pm EDTPresolicitation (Original)

Related Document

Apr 5, 2024[Solicitation (Original)] 15--LATCH ASSEMBLY,AIRC

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 >