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
    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.
    VLS Drill Fixtures
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for the procurement of seven drill fixtures for the MK41 Launcher, a modular weapon system. The contract requires the delivery of five fixtures every 90 days over a two-year period, with two additional fixtures as options for subsequent years, adhering to specific technical requirements outlined in the solicitation documents. This procurement is critical for maintaining the operational readiness of the Navy's weapon systems, ensuring compliance with stringent packaging, marking, and inspection standards. Proposals are due by September 17, 2024, at 8 AM PDT, and interested parties should contact Andrew Davis at andrew.m.davis106.civ@us.navy.mil for further information.
    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.
    16--HUB,CONTROL WHEEL,A, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of the HUB, CONTROL WHEEL, A, with a National Stock Number (NSN) of 7R-1680-015817946-E7. The procurement involves a quantity of 17 units, and it is critical that the part is sourced from approved suppliers due to its flight-critical nature and the necessity for engineering source approval to ensure quality. Interested parties must submit their proposals along with the required source approval documentation within 45 days of this notice, and any inquiries can be directed to Dina M. Wojciechowski at (215) 697-1219 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL.
    G1-0057 Tilt Fixture
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of a Tilt Fixture Test Fixture under solicitation number N0017424Q0104. This procurement is a total small business set-aside and aims to support the Standard Missile program, which is critical for the effective shipping, storage, and transportation of Standard Missiles. The selected contractor will be responsible for manufacturing the fixture, ensuring compliance with quality management standards, and delivering it to Picatinny Arsenal, New Jersey, within 12 weeks after award. Interested vendors must submit their quotes by September 12, 2024, and can request technical drawings by contacting Laura Adams at laura.a.adams41.civ@us.navy.mil before September 19, 2024.
    HOIST FIXTURE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of a hoist fixture. This opportunity involves the manufacturing of overhead traveling cranes, hoists, and monorail systems, which are critical for various defense operations and maintenance activities. The selected contractor will be responsible for ensuring compliance with specific technical and quality requirements outlined in the solicitation, including adherence to military specifications and packaging standards. Interested parties can reach out to Breanne R. Clippinger at 717-605-4893 or via email at BREANNE.R.CLIPPINGER.CIV@US.NAVY.MIL for further details, with proposals expected to remain valid for 60 days post-submission.
    15--RUDDER,AIRCRAFT,AIR
    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 20 aircraft rudder components, identified by NSN 7R-1560-015786487-QF and part number 74A240300-1021. The solicitation requires that all articles be manufactured, tested, and inspected in accordance with the original equipment manufacturer (OEM) standards, and any proposals from non-OEM sources must include traceability documentation to ensure compliance. These rudder components are critical for maintaining the operational readiness of naval aircraft, and the contract emphasizes the importance of timely delivery and adherence to quality standards. Interested vendors should submit their proposals, including a cost breakdown and any necessary source approval documentation, to Jaclyn Dooling at jaclyn.dooling@navy.mil by the specified deadline to be considered for this opportunity.
    15--NRP,COVER PLATE A00
    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 240 units of the cover plate A00, identified by NSN 1R-1560-016554764-B4 and reference number 3361861-13. This procurement is critical as the design of the part is currently unstable, necessitating major changes to improve its performance and reliability, which may render the existing configuration obsolete. Interested parties are encouraged to submit their proposals within 45 days of this notice, as the government intends to negotiate with only one source under FAR 6.302-1, with all inquiries directed to Kathryn Elechko at (215) 697-2782 or via email at KATHRYN.ELECHKO.CIV@US.NAVY.MIL.
    16--TAB MECHANISM - ELE
    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 four units of the TAB MECHANISM - ELE, identified by NSN 7R-1680-015855048-P8. This flight-critical item is classified as a commercial/nondevelopmental/off-the-shelf product, requiring Government source approval prior to contract award, as the technical data available does not support full and open competition. Interested vendors must provide necessary documentation for source approval along with their proposals, as offers lacking this information will not be considered. For inquiries, contact Kelly A. Gipson at (215) 697-4787 or via email at KELLY.A.GIPSON1@NAVY.MIL, with proposals due within 45 days of the notice publication.