F/A-18 Automated Repeatable Release Holdback Bar (ARRHB)
ID: N6833524Q0146Type: Solicitation
Overview

Buyer

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

NAICS

Machine Shops (332710)

PSC

AIRCRAFT GROUND SERVICING EQUIPMENT (1730)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center (NAWCAD), is soliciting proposals for the Automated Repeatable Release Holdback Bar (ARRHB) Test Stand Fixtures, specifically for the F/A-18 and T-45 aircraft programs. This procurement is a total small business set-aside, requiring interested vendors to submit proposals that include specific part numbers and quantities for various components, along with compliance with stringent technical and regulatory standards. The ARRHB fixtures are critical for enhancing aircraft maintenance capabilities, ensuring operational readiness for military aviation. Proposals are due by August 23, 2024, and interested parties must contact Melanie Simon at melanie.k.simon.civ@us.navy.mil for further information and to obtain the necessary technical data package.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Contract Data Requirements List (CDRL) pertaining to data item submission for a specific contract, identified by data acquisition document number DI-SESS-81000E. It outlines the requirements for an "Automated Repeatable Release Holdback Bar" acceptance report related to part number 4204AS0106. The report must detail the inspection results, including critical dimensions specified on the drawing, adherence to tolerances, and results of hardness tests. Additionally, it requires reporting on flagged alignment notes from another drawing. The submission format can be electronic, and the final report is due five days after completion of testing. Reports must be submitted electronically to a designated Navy contact. This document serves to ensure compliance with specified quality control measures in federal contracting processes, particularly in defense procurement, emphasizing accurate reporting and technical assessment of supplied components.
    The document outlines the Evaluation Plan for Solicitation No. N68335-24-Q-0146 concerning the procurement of Automated Repeatable Release Holdback Bars (ARRHB) in support of military programs such as the F/A-18 and T-45. It details the acquisition of specific test stand fixtures and associated parts, specifying that it will be a Firm-Fixed-Price contract with a Small Business Set Aside. To access government-owned technical data, vendors must submit a valid DD Form 2345. The evaluation process focuses on selecting the lowest price technically acceptable offeror, assessing compliance with solicitation requirements, and using the Supplier Performance Risk System (SPRS) to gauge past performance. Offerors must demonstrate technical acceptability by conforming to specified part numbers, quantities, and delivery schedules. Additional criteria for eligibility involve price evaluation based on listed quantities and ensuring a minimum past performance rating of "Neutral." Finally, the award decision will be based on the offeror's proposal meeting requirements, technical acceptability, and price competitiveness, with the possibility of eliminating proposals that do not meet the solicitation's terms. The document emphasizes a structured procurement process aimed at ensuring fairness, transparency, and adherence to federal acquisition policies.
    The document is a Request for Quotations (RFQ) from the Naval Air Warfare Center for the procurement of specific test stand fixtures and sensors to support F/A-18 and T-45 aircraft programs. The solicitation, ID N6833524Q0146, is a small business set-aside and requires interested parties to submit proposals by August 23, 2024, following an extension due to updates in the Technical Data Package. Key items being procured include the ARRHB Depot Level Test Stand Fixture and Load Cell Sensors, with detailed quantities and unique part numbers specified. The RFQ outlines the requirement for prospective contractors to obtain the technical data necessary for proposal preparation, which is subject to submission of a Military Critical Technical Data Agreement. The document mandates compliance with various regulations and standards, including delivery, inspection, and acceptance terms at the contractor's facility. Each item must adhere to specific packaging and marking requirements. The overall purpose emphasizes the government's strategic acquisition of essential equipment to enhance aircraft maintenance capabilities while ensuring compliance with federal procurement practices and standards, aiming to stimulate small business participation in defense contracting.
    The document is a Request for Quotations (RFQ) issued by the Naval Air Warfare Center (NAWCAD) for the procurement of Automated Repeatable Release Holdback Bar (ARRHB) Test Stand Fixtures, crucial for supporting the F/A-18 and T-45 aircraft programs. It indicates that the contract is a 100% small business set-aside and defines specific part numbers and quantities for various components needed for the test fixtures. Key provisions include a requirement for offerors to submit a valid DD Form 2345 for access to the technical data package and the extension of proposal deadlines due to updates in technical drawings. Proposals must be valid for 90 days, and deliveries are expected within 90 days of contract award. The document outlines inspection processes, delivery addresses, and compliance with government procurement regulations, emphasizing adherence to standards for packaging, marking, and identification of materials. It reflects the government's commitment to enhancing operational capabilities while ensuring rigorous regulatory compliance, particularly for small businesses in defense contracting.
    The document outlines a Request for Quotations (RFQ) from the Naval Air Warfare Center (NAWCAD) for the procurement of specific Automated Repeatable Release Holdback Bar (ARRHB) Test Stand Fixtures necessary for F/A-18 and T-45 aircraft programs. The RFQ emphasizes that this opportunity is exclusively set aside for small businesses under NAICS code 332710 and includes the delivery of various equipment and acceptance reports by specified deadlines. The solicitation includes amendments to request information, extend deadlines, and provide updated drawings crucial for bidders. Proposals must be submitted by August 23, 2024, and detailed requirements ensure compliance with packaging, marking, and shipping regulations. The document mandates that contractors acquire a valid DD Form 2345 for technical data access while outlining the contractor's responsibilities for inspection and acceptance of items. Notably, it establishes contract administration directives and procedures for electronic payment submissions through the Wide Area Workflow (WAWF) system. This solicitation represents the government's initiative to procure essential aircraft support equipment while supporting small business participation and compliance with stringent regulatory standards.
    The document is a Request for Quotations (RFQ) issued by NAVAIR Lakehurst for the procurement of specific test stand fixtures and associated equipment, primarily for the F/A-18 and T-45 aircraft programs. The RFQ includes the procurement of one ARRHB Depot Level Test Stand Fixture and related components, with a focus on small business participation. Offerors must submit their quotations by a stipulated deadline, and registration in the System for Award Management (SAM) database is mandatory for award eligibility. The document details item specifications, quantities, and pricing requirements, emphasizing adherence to specific drawing packages and acceptance criteria. Inspecting authorities will validate the deliverables. Proposals must remain open for 90 days, and several clauses guide the contractual obligations, including unique item identification for supplied components. This solicitation underscores the federal government’s initiative to enhance defense capabilities while promoting small business engagement in defense contracting.
    Similar Opportunities
    Turret Alignment Stand Frame for H1 Domestic & FMS Programs
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the production and delivery of three Turret Alignment Stand Frames to support the U.S. Marine Corps H-1 program, with an option for an additional unit for the Czech Republic's Foreign Military Sales program. This procurement is critical for ensuring operational readiness and compliance with military standards, as the Turret Alignment Stands are essential components for the H-1 Helicopter Program. Proposals must be submitted by September 19, 2024, and interested parties are required to provide comprehensive supporting data, including certified cost and pricing information, to facilitate the evaluation process. For further inquiries, contact Tammy Fossa at tamara.d.fossa.civ@us.navy.mil, and ensure to request access to the Technical Data Package by August 26, 2024.
    MQ-4C AFT Fuselage Support Fixtures
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting bids for the procurement of AFT Fuselage Support Fixtures, part number 4106AS0440-1, to support the MQ-4C Triton Unmanned Air Systems Program for the U.S. Navy and the Royal Australian Air Force. This procurement is structured as a total small business set-aside and will result in a single award for a three-year Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a minimum of three units guaranteed for the initial order and a maximum of eight units over the contract duration. The fixtures are critical for maintaining operational readiness and compliance with military standards, emphasizing the importance of quality assurance and safety in defense procurement. Interested parties must submit their quotations by September 9, 2024, and can direct inquiries to Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil or by phone at 848-240-2623.
    17--ARM ASSY,DEFECT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the manufacture of spare parts identified as "ARM ASSY, DEFECT." This procurement requires compliance with stringent quality assurance and engineering source approval processes, as the components are classified as Flight Critical and are essential for aircraft launching and recovery systems. Interested manufacturers must submit a Source Approval Request by the solicitation's closing date, along with detailed documentation demonstrating their capability to produce similar items. For further inquiries, potential bidders can contact Kimberly Flores at 215-697-6549 or via email at KIMBERLY.FLORES@NAVY.MIL. Proposals must remain valid for a minimum of 120 days following submission.
    V-22 PropRotor Gearbox (PRGB) Input Quill Assemblies (IQA) Automated Test System
    Active
    Dept Of Defense
    The Department of Defense, through the Fleet Readiness Center, is soliciting proposals for the procurement of a test stand designed to evaluate both left-hand and right-hand V-22 PropRotor Gearbox (PRGB) Input Quill Assemblies (IQA) for the V-22 aircraft. This procurement encompasses the complete mechanical, electrical, software, and control systems necessary for the test stand, including installation, commissioning, performance testing, and calibration to ensure functionality upon government acceptance. The test stand will be installed at Building 4497, Fleet Readiness Center East, Marine Corps Air Station Cherry Point, North Carolina, and is critical for the production of aircraft components. Interested vendors should direct inquiries to Adam Coombs at adam.c.coombs.mil@us.navy.mil by 3:00 PM Eastern Daylight Time on September 9, 2024, and are reminded that this opportunity is a Total Small Business Set-Aside under NAICS code 336413.
    16--NRP,RGA AND BRKE AS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of five units of a flight-critical item identified by NSN 7R-1680-016276004-P8 and reference number 456796-1003. This procurement requires Government source approval prior to contract award, as the item is essential for operational readiness and the technical data available does not support full and open competition. Interested vendors must provide the necessary documentation for source approval along with their proposals, as offers lacking this information will not be considered. For further inquiries, interested parties can contact Jacob A. Tarini at (215) 697-3563 or via email at JACOB.TARLINI@NAVY.MIL, with proposals due within 45 days of this notice.
    F-35 Fuel Shop Stand/Platform
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of three specialized maintenance stands for the F-35 Joint Strike Fighter aircraft, as outlined in the Request for Proposal (RFP) number W50S6Y24RA007. These maintenance platforms are essential for enabling safe access to difficult-to-reach areas of the aircraft during fuel-related maintenance operations, which require personnel to work in challenging conditions. The contract is set aside for small businesses and includes specific requirements such as height adjustments, power supply needs, and safety features, with a firm-fixed-price model and a delivery timeline of 120 days post-award. Interested vendors should submit their proposals electronically, adhering to federal acquisition regulations, and can contact TSgt Jonathan Acree at jonathan.acree@us.af.mil or 904-741-7441 for further information.
    OEM ITT Cannon Alignment Sleeve Retainers for MQ-4C USN and RAAF
    Active
    Dept Of Defense
    The Naval Air Warfare Center Aircraft Division (NAWCAD) is seeking proposals from qualified small businesses for the procurement of Original Equipment Manufacturer (OEM) ITT Cannon Alignment Sleeve Retainers, part number PHD38999/31FE20, intended for the MQ-4C Unmanned Air Systems program supporting both the United States Navy and the Royal Australian Air Force. This procurement is critical for ensuring the operational readiness and reliability of unmanned aircraft systems, with a focus on delivering high-quality components that meet stringent military standards. The solicitation is a 100% Total Small Business Set-Aside, with a single Firm Fixed-Price Purchase Order anticipated. Interested vendors must submit their quotations by September 11, 2024, at 4:00 PM EDT, and are reminded to register in the System for Award Management (SAM) to be eligible for award. For further inquiries, potential bidders can contact Mairen Flanagan at mairen.e.flanagan.civ@us.navy.mil.
    15--SUPPORT ASSEMBLY,BE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 289 units of a specific airframe structural component, identified by NSN 1R-1560-012212619-VH and part number 70400-08162-042. This procurement is being conducted as a sole source acquisition from Transaero Inc., as the agency anticipates receiving a single acceptable offer from this source, emphasizing the critical nature of the component for operational readiness. Interested firms that are not already approved to manufacture this item must submit a Source Approval Request, but the procurement will proceed without delay for SAR approval. Proposals are due within 45 days of this notice, with the anticipated award date set for November 2024; interested parties should direct their inquiries to Jacob R. Wells at jacob.r.wells1@navy.mil.
    NRP,FWD LH FITTNG D
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of NRP, FWD LH Fitting D, categorized under Other Aircraft Parts and Auxiliary Equipment Manufacturing (NAICS Code 336413). The contract aims to acquire essential aircraft landing equipment, which plays a critical role in ensuring the operational readiness and safety of naval aviation assets. Interested vendors should note that all contractual documents will be considered "issued" upon transmission by various electronic methods, and early and incremental deliveries are preferred. For further inquiries, potential bidders can contact Amelia Toften at 215-697-6514 or via email at AMELIA.TOFTEN@NAVY.MIL.
    RAM LVDT Holding Fixture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting proposals for the procurement of one RAM LVDT Holding Fixture (PN: E73752-001) from the original equipment manufacturer, MOOG, Inc. This procurement is critical for the functionality and repair of essential equipment, particularly for the V-22 Swashplate, and is necessary to prevent operational disruptions for the government. The solicitation has been amended to allow for unrestricted competition, with quotes now due by September 12, 2024, at 12:00 PM EST. Interested vendors can contact Jeffrey G. Penny at jeffrey.penny@usmc.mil or Larry Davis at larry.davis1@usmc.mil for further details.