Awarded ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

NGJ-MB Peculiar Support Equipment (PSE)

DEPT OF DEFENSE N6833525R0328
Total Obligated
$764,148
SAM.gov
Current Recipient
DEVAL LIFE CYCLE SUPPORT LLC Philadelphia PA 19136 USA
Sep 25, 2025
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of NGJ-MB Peculiar Support Equipment (PSE), specifically protective covers and assembly equipment. This opportunity is set aside for small businesses under the NAICS code 332710, focusing on machine shop capabilities, and includes items such as the MB1 Protective Cover, MB2 Protective Cover, and Radome Remove and Replace Assembly. The contract will be a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) type, spanning five years, with a proposal submission deadline extended to March 31, 2025, at 5:00 PM EDT. Interested vendors must comply with specific requirements, including submission of a current DD Form 2345 for access to technical drawings, and can contact Melanie Simon at melanie.k.simon.civ@us.navy.mil for further information.

Classification Codes

NAICS Code
332710
Machine Shops
PSC Code
4920
AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT

Solicitation Documents

5 Files
Pricing Spreadsheet.xlsx
Excel78 KBMar 24, 2025
AI Summary
This document outlines the instructions for offerors participating in a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) procurement process. Offerors are required to complete the Company Information and Pricing tabs, ensuring all specified cells are filled out correctly. Notably, all proposed prices for Contract Line Item Numbers (CLINs) are to be fixed prices, and the amounts entered will be binding if awarded. The pricing tab should reflect detailed unit costs for various items spanning five years, primarily focused on protective covers and removable assemblies, with explicit instructions to omit pricing for certain contract deliverable requirements (CDRLs). The evaluation of offers will be based on maximum quantity unit pricing for each ordering period. The document emphasizes compliance with formatting and detailed definitions for items to be priced, including step ladder pricing structures. Overall, it serves as a guideline for businesses bidding on government contracts, ensuring transparency and proper price submission metrics for evaluation.
N6833525R0328.pdf
PDF957 KBMar 24, 2025
AI Summary
The document outlines a government solicitation for the procurement of specific protective covers and assembly equipment for the Naval Air Warfare Center. The key items being procured include the MB1 Protective Cover, MB2 Protective Cover, and the Radome Remove and Replace Assembly, with specific part numbers assigned to each. This solicitation is designated as a 100% Small Business Set Aside under the North American Industry Classification System code 332710, focusing on local machine shop capabilities. The contract will be of the Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) type spanning five years, allowing for a guaranteed minimum order with the ability to place maximum orders as needed. The ordering schedule is laid out over five years, detailing anticipated quantities for each year while adhering to government regulations pertaining to national defense. A crucial aspect of the procurement is the requirement for unique item identification and compliance with military standards. The technical data package remains unavailable initially and must be requested by interested vendors, emphasizing secure handling of sensitive information. Offers must remain valid for 180 days post-solicitation, and registration in the DoD System for Award Management is mandated for candidates seeking awards. Overall, the document provides comprehensive insights into the government procurement process upholding stringent specifications, reflecting standard practices in military contracting operations.
Certificate Letter.docx
Word13 KBMar 24, 2025
AI Summary
The document certifies that the contractor, whose name is to be filled in, will provide specific supplies as outlined in the solicitation. These supplies include MB1 Protective Covers, MB2 Protective Covers, and Radome Remove and Replace Assemblies (RRRA). The contractor guarantees that the supplies will meet the required quality standards, conform to all contract specifications—including item identification and quantity—as stipulated in the solicitation. The document concludes with spaces for the date of execution, a signature, and the title of the signing authority. This formal certification emphasizes compliance and assurance of quality in response to a government request for proposals (RFP), ensuring that specified deliverables align with contractual commitments.
N6833525R0328-0001.pdf
PDF377 KBMar 24, 2025
AI Summary
This document is an amendment to a solicitation related to a government contract for the Naval Air Warfare Center, amending the proposal submission date from March 20, 2025, to March 24, 2025. Key modifications include the addition of a clause regarding the Nonmanufacturer Rule and the removal of clauses related to segregation and equal opportunity. It provides revised instructions for bidders, emphasizing the importance of clarity and compliance with all solicitation requirements. The Offeror must include specific documentation, such as certifications and price spreadsheets, with their proposals. Additionally, the submission date has been clarified as the final opportunity to submit offers, highlighting deadlines and evaluation procedures. The government reserves the right to award without discussions under a Lowest Price Technically Acceptable evaluation strategy. Overall, this amendment clarifies the submission process, requirements, and evaluation criteria critical to participating contractors in the competitive bidding process.
N6833525R0328-0002.pdf
PDF396 KBMar 24, 2025
AI Summary
The document is an amendment to a federal solicitation (RFP No. N6833525R0328), primarily addressing modifications to submission deadlines and contractual clauses. The proposal submission deadline is extended from March 24, 2025, to March 31, 2025. Key updates include the incorporation of the American Security Drone Act regulations, prohibiting the procurement of unmanned aircraft systems manufactured by certain foreign entities, and updates to technical data packages. Additionally, several clauses related to representations and certifications have been revised, particularly those regarding the contractor's status as a small business and compliance with security requirements. The document emphasizes the importance of adhering to specified instructions, offering sufficient detail in proposals, and ensuring compliance with evaluation criteria. Proposals will be assessed based on cost and technical acceptability, aiming for a Lowest Price Technically Acceptable approach. The amendment mandates that interested vendors must submit a current DD Form 2345 to access essential technical drawings. Overall, this document serves to inform potential bidders about critical changes in the requirements and conditions for participating in this government procurement process, emphasizing regulatory compliance and the importance of timely submission.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 18, 2025
amendedAmendment #1Mar 10, 2025
amendedAmendment #2· Description UpdatedMar 20, 2025
amendedLatest Amendment· Description UpdatedMar 24, 2025
deadlineResponse DeadlineMar 31, 2025
awardAwarded to DEVAL LIFE CYCLE SUPPORT LLC Philadelphia PA 19136 USASep 25, 2025
expiryArchive DateApr 15, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVAIR WARFARE CTR AIRCRAFT DIV

Point of Contact

Name
Melanie Simon

Official Sources