NGJ-MB Peculiar Support Equipment (PSE)
ID: N6833525R0328Type: Solicitation
Overview

Buyer

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

NAICS

Machine Shops (332710)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)

Set Aside

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

    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. The contract, designated as a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) type, will span five years and is set aside exclusively for small businesses under the NAICS code 332710, which pertains to machine shops. The items sought include the MB1 Protective Cover, MB2 Protective Cover, and Radome Remove and Replace Assembly, all of which must meet military standards and specifications. Interested vendors must submit their proposals by March 24, 2025, and ensure compliance with all solicitation requirements, including registration in the DoD System for Award Management. For further inquiries, potential offerors can contact Melanie Simon at melanie.k.simon.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    COVER,PROTECTIVE,TO
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of protective covers. This contract falls under the NAICS code 334511, which pertains to the manufacturing of search, detection, navigation, guidance, aeronautical, and nautical systems and instruments, and is classified under the PSC code 1355 for torpedoes and components, inert. The protective covers are essential for safeguarding critical equipment, ensuring operational readiness and longevity in various defense applications. Interested vendors can reach out to Naryan Smith at 717-605-1332 or via email at NARYAN.SMITH.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    13--COVER,PROTECTIVE,TO
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of protective covers. This opportunity falls under the NAICS code 334511, which pertains to the manufacturing of search, detection, navigation, guidance, aeronautical, and nautical systems and instruments, with a focus on torpedoes and components classified under PSC code 1355. The protective covers are crucial for safeguarding sensitive military equipment, ensuring operational readiness and longevity. Interested vendors can reach out to Zachary R. Morrill at 717-605-1552 or via email at ZACHARY.R.MORRILL.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    53--COVER,PROTECTIVE,DU
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 23 units of a protective cover (NSN 5340-01-599-6647). This solicitation is a total small business set-aside, aimed at acquiring hardware essential for military applications, ensuring the protection of equipment. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the solicitation details can be accessed via the DLA's online platform. For inquiries, potential bidders can reach out to the buyer at DibbsBSM@dla.mil, with the deadline for quote submission set at 168 days after the award date.
    MQ-4C Triton Assorted Mechanical PSE
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals from small businesses for the procurement of assorted Mechanical Peculiar Support Equipment (PSE) to support the MQ-4C Triton Unmanned Air Systems Program. This procurement includes essential items such as the Nose Landing Gear Protractor Set and Lifting Adapter Assembly, with a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract anticipated, specifying minimum and maximum quantities for each item over the contract period. The equipment is critical for operational readiness and maintenance of the MQ-4C Triton, which serves both the U.S. Navy and the Royal Australian Air Force. Interested parties must register in the System for Award Management (SAM) and submit their quotations, adhering to strict quality assurance and compliance with the Buy American Act, with delivery expected within four months of order confirmation. For further inquiries, contact Mairen Flanagan at mairen.e.flanagan.civ@us.navy.mil.
    20--COVER ASSY, LOT LWR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a Cover Assembly, Lot Lower (COVER ASSY, LOT LWR) through NAVSUP Weapon Systems Support Mechanicsburg. This contract involves the supply of specialized materials that are critical for shipboard systems, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of the ship. The materials must meet stringent quality and certification requirements, including compliance with various military specifications and standards, and are designated as Special Emphasis material, necessitating special control procedures. Interested vendors should contact Noelle M. Smith at 717-605-3992 or via email at NOELLE.M.SMITH10.CIV@US.NAVY.MIL, with proposals due by 4:30 PM EST on March 28, 2025.
    53--COVER,ACCESS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 69 units of the NSN 5340-01-560-5750, specifically a COVER, ACCESS. This procurement is set aside for small businesses and aims to fulfill a critical need for hardware components essential to military operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and the deadline for submission is 116 days after the award date. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    Case Assembly GPEOH
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of Case Assembly GPEOH, identified by National Stock Number 6625-01-485-9561. This opportunity requires vendors to supply firm fixed price contracts and adhere to strict submission guidelines, including compliance with military preservation standards and documentation of supply chain traceability. The goods are essential for military applications, emphasizing the importance of quality assurance in government contracting. Interested vendors must submit their quotations by March 24, 2025, and can contact Abhinav Dang at abhinav.dang@dla.mil for further information.
    53--COVER,ACCESS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of NSN 5340-01-115-3720, specifically for the item "COVER, ACCESS." This procurement involves a total small business set-aside and is expected to result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, with an estimated four orders per year. The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in supporting military logistics. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    COUNTERMEASURE SET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) for a countermeasure set, specifically identified by NSN 5865-015020417. This procurement is set aside for small businesses and entails an estimated annual demand of 546 units, with delivery orders ranging from a minimum of 137 to a maximum of 546 units over a five-year base contract period starting March 25, 2025. The goods are critical for electronic countermeasures and compliance with government standards is essential. Interested suppliers must submit written quotes by April 25, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Montana Kipp at Montana.Kipp@dla.mil or call 804-279-3594.
    Propulsor Devices Parts Machining
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for the machining of propulsor device parts, specifically targeting small business vendors under the NAICS code 339999. The procurement aims to secure compliant machining services for specific components, including parts PR15006-1, PR15007-1, PR15008-1, PR15009-1, and the Shim Ring labeled PR15023, ensuring adherence to quality standards and specifications. This initiative underscores the importance of engaging small businesses in defense manufacturing, with the contract to be awarded based on the Lowest-Priced, Technically Acceptable (LPTA) quote that offers the best value to the government. Interested vendors must submit questions by March 6, 2025, and quote packages by March 19, 2025, both by 11:59 AM, with inquiries directed to Michael Bonaiuto at michael.bonaiuto@navy.mil.