Maintenance and Repair Specialized Equipment
ID: N6833524Q0047-21Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 12, 2023 9:16 PM
  2. 2
    Updated Dec 12, 2023 9:16 PM
  3. 3
    Due Apr 11, 2024 9:00 PM
Description

Maintenance and Repair Specialized Equipment is being procured by the DEPT OF DEFENSE, specifically the DEPT OF THE NAVY's NAVAIR WARFARE CTR AIRCRAFT DIV. This procurement falls under the category of Total Small Business Set-Aside (FAR 19.5) and is related to the industry of Aircraft Maintenance and Repair Shop Specialized Equipment. The procurement is for the place of performance at Joint Base MDL, NJ, USA. The primary contact for this procurement is Karin Quagliato, who can be reached at karin.a.quagliato.civ@us.navy.mil or 2405872339. The purpose of this procurement is to establish Blanket Purchase Agreements (BPAs) with Small Businesses to acquire supplies and services on an as-needed basis for the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst's programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE), and Peculiar Support Equipment (PSE) in support of Naval operations. Interested companies are invited to submit their qualifications and capabilities statement within the next 120 days to be considered for inclusion in the BPA calling list. The procurement will be conducted in accordance with FAR Parts 12 and 13, and the awards will incorporate provisions and clauses prescribed by the FAR, DFARS, and NMCARS. The Government intends to issue multiple BPAs and payments will be made using Government Credit cards or Wide Area Workflow (WAWF). The individual call orders shall not exceed the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or services up to $7.5M. Interested parties should provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification in SAM, along with a capabilities statement. The Non-manufacturer rule will apply, and interested parties should provide a copy of their current, approved DD Form 2345 if applicable. Delivery will be FOB Destination to Lakehurst, NJ, unless specified otherwise in each individual solicitation and call. Companies interested in receiving a BPA should submit the requested documentation by 11 April 2024 5:00 pm (EST) via email to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, referencing the Synopsis Number N6833524Q0047. For further information or inquiries, contact Karin Quagliato at the provided email address.

Point(s) of Contact
Files
Title
Posted
3/28/2024
3/28/2024
3/28/2024
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
F/A-18 Automated Repeatable Release Holdback Bar (ARRHB)
Active
Dept Of Defense
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Total Small Business Set-Aside for the procurement of an Automated Repeatable Release Holdback Bar (ARRHB) Test Stand Fixture in support of the F/A-18 program. The service/item being procured is a machine shop service for the production of the ARRHB Test Stand Fixture. This fixture is used to hold and release the F/A-18 aircraft during testing. The procurement will be conducted as a 100% Small Business Set-Aside under NAICS 332710 with a size standard of 500 employees. The government expects to select one offeror based on the Lowest Price Technically Acceptable proposal. Potential offerors must be registered in the System for Award Management (SAM) and provide their 5 digit CAGE code with their quote. This is not a request for proposal, but a capability statement, proposal, or quotation may be submitted for consideration. All inquiries and concerns should be addressed to the Contract Specialist, Mrs. Melanie Simon. Responses to this notice must be submitted by 24 April 2024 5:00 EDT.
16--DC FWD PDA,DC
Active
Dept Of Defense
The Department of Defense, specifically the Department of the Navy's NAVSUP Weapon Systems Support office, has issued a solicitation for miscellaneous aircraft accessories and components. This opportunity falls under the NAICS code 336413: Other Aircraft Parts and Auxiliary Equipment Manufacturing. The key objective is to procure various items requiring government source approval, with a focus on fleet support needs. The items up for contract include those detailed in the NAVSUP WSS Source Approval Brochure, which can be found online at the provided link. Offerors must submit source approval requests along with their proposals, without which they will not be considered for award. The scope of work involves the supply of the aforementioned accessories and components, with a requirement to deliver them to the place of performance. The successful awardee will be expected to adhere to numerous mandates and warranties outlined in the solicitation, including a 1-year warranty against defects and compliance with equal opportunity and buy-American laws. Eligible applicants for this contract should possess the necessary certifications and qualifications to manufacture and supply the specialized aircraft parts. They should also be approved vendors for the Department of Defense and have the capacity to meet the fleet support requirements. The contract is expected to be funded through the Department of Defense. The solicitation does not specify a budget or contract type, but does indicate that offers received will be evaluated based on the ability to meet fleet requirements and the pricing of the items. Interested parties should submit their proposals by the extended quote date of 30 August 2024 to be considered. Per the solicitation, these proposals should include the requested information and conform to the required format. For more information or clarifications, interested organizations can contact the primary contact person via email at ALAINNA.PETTIT@NAVY.MIL or telephone: 2156972606.
61--AWIRT ASSY, IN REPAIR/MODIFICATION OF
Active
Dept Of Defense
The U.S. Navy is seeking a contractor to repair and upgrade specific military equipment. This is not a set-aside procurement. The main task involves repairing and testing weapons repairable assemblies (WRAs), ensuring they are restored to a functional and reliable condition. The work must be conducted at the facility identified in the Statement of Work (SOW). The contractor is responsible for supplying all necessary materials, except for those specifically identified as government-furnished. Compliance with quality and calibration requirements is mandatory, and a configuration management plan must be maintained. Key deliverables include: - Overhauled and repaired WRAs, ready for issue and in accordance with the SOW. - Repair procedures and documentation, including process control and test/inspection information. - Storage facilities for items awaiting repair or shipment. Applicants should possess the necessary facilities, certifications, and expertise to undertake the repair work and meet the stringent quality and regulatory requirements. Funding for this contract is unspecified, and applicants should submit their proposals to the primary contact: DINA M. WOJCIECHOWSKI Telephone: 2156971219 Email: DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL The deadline for submissions and further inquiries are not mentioned in the provided information.
16--NRP,PIN A663
Active
Dept Of Defense
The Department of Defense, specifically the Navy's NAVSUP Weapon Systems Support office, has issued a solicitation (16-NRP, PIN A663) for a sole-source contract. This spare parts procurement is categorized under the manufacturing of other aircraft parts and auxiliary equipment. The Navy seeks to award this contract under the terms and conditions of BOA N0038320GX901, with the focus on acquiring aircraft hydraulic, vacuum, and de-icing system components. The contact points for this opportunity are Jacob Wells at jacob.r.wells1@navy.mil or 215-697-1227. Potential offerors should note that source approval is a prerequisite for consideration. To become an approved source, applicants must provide the information detailed in the NAVSUP WSS Source Approval Brochure, available online. Offers without the required source approval data will not be evaluated. This opportunity is open to all eligible businesses, with no set-aside specified. However, it's emphasized that the government seeks to award the contract to the current source, due to the lack of possessive data to contract with other parties. The Navy encourages interested parties to respond promptly, as time is of the essence. Offerors must submit their proposals electronically, including the required source approval information.
1680 - This is a below SAT requirement for NIIN 016415218, PN B001215P01024-5.
Active
Dept Of Defense
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking repairs for NSN 7RH 1680 016415218 RQ, P/N B001215P01024-5, for the RQ. The repairs are for miscellaneous aircraft accessories and components. Interested parties must have the resources to support and furnish effort including labor, material, and facilities. The Government intends to solicit and negotiate with only one source. All responsible sources may express their interest and provide capability statements. The deadline for proposals is August 19th, 2024. Source Approval is required.