OEM ITT Cannon Alignment Sleeve Retainers for MQ-4C USN and RAAF
ID: N6833524Q0874Type: Solicitation
Overview

Buyer

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

NAICS

Electronic Connector Manufacturing (334417)

PSC

MISCELLANEOUS FIBER OPTIC COMPONENTS (6099)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Contract Data Requirements List (CDRL) for the certification of asbestos-containing materials (ACM) related to the MC-4C Alignment Sleeve Retainer (P/N PHD38999/31FE20). It specifies that contractors must submit their ACM certification in accordance with the provided requirements and the Statement of Work (SOW), referencing guidance from Data Item Description DI-MGMT-82165. The document emphasizes timely government review and approval within 30 days of submission and details the appropriate distribution format, recommending electronic submissions compatible with commonly used software. Contact information for specific government representatives is also included, highlighting key personnel responsible for receiving and processing the certification. This CDRL underscores the importance of compliance with asbestos management regulations within defense contracts, ensuring safety and risk mitigation in materials used by the Department of Defense.
    The file contains a Contract Data Requirements List (CDRL), which outlines the requirements for a contract related to the supply of MC-4C Alignment Sleeve Retainers, specifying the need for an Asbestos Containing Material Certification. This certification must be submitted according to the stated requirements and the Statement of Work (SOW). The CDRL also indicates the distribution and approval process for the data, with a requested format compatible with Microsoft Office applications or PDF. The estimated total price for the contract is to be determined.
    The U.S. Navy seeks quotations for a 100% small business set-aside procurement of fiber optic accessory sets, specifically Alignment Sleeve Retainers (ASR). These retainers, with part number PHD38999/31FE20, are required for the MQ-4C Unmanned Air Systems (UAS) Program, catering to both the U.S. Navy and the Royal Australian Air Force. The contract, if awarded, would entail a Firm Fixed-Price Purchase Order with a potential five-month delivery schedule. This RFP includes a detailed Statement of Work, outlining quality assurance, inspection, and acceptance procedures. Businesses have until 30 August 2024 to submit their quotations.
    The Naval Air Warfare Center seeks to procure original equipment manufacturer ITT Cannon Alignment Sleeve Retainers, updating the solicitation issue date and extending the quotation submission deadline. It is a 100% small business set-aside, with offers required to include signed certifications and acknowledgment forms and pricing details. The selection will result in a single Firm Fixed-Price Purchase Order, with quotes required to remain valid for 60 days post-solicitation. The focus on small businesses and the requirement for authorized distribution of the OEM parts indicate a strategy to foster competition and ensure access to specialized equipment.
    The document is a Request for Quotations (RFQ) from the Naval Air Warfare Center for the procurement of Original Equipment Manufacturer ITT Cannon Alignment Sleeve Retainers, Part Number PHD38999/31FE20, designed for the MQ-4C Unmanned Air Systems Program, supporting both the U.S. Navy and the Royal Australian Air Force. This solicitation is set as a 100% Small Business Set-Aside and aims for a Firm Fixed-Price Purchase Order. The RFQ timeline has seen amendments, extending the submission deadline to September 5, 2024. Key items specified include a requirement for twelve units for the U.S. Navy, two for Australia, plus associated data submissions regarding asbestos material certification. Quality assurance standards are emphasized, ensuring all manufactured items undergo government inspection and acceptance. All contractors must be registered in the System for Award Management and comply with various federal regulations, including those addressing small business support and environmental safety standards. The document serves as a critical communication mechanism outlining the procurement process and associated compliance requirements, reflecting the government's structured approach to ensuring quality, safety, and support for small businesses in defense contracting.
    The document serves as an amendment to a solicitation for the procurement of Original Equipment Manufacturer (OEM) ITT Cannon Alignment Sleeve Retainers, specifically for the MQ-4C Unmanned Air Systems Program, to support the United States Navy and Royal Australian Air Force. The key change includes an extension of the quotation submission deadline from August 29, 2024, to September 5, 2024. The amendment clarifies that all responses must be submitted by this new deadline to avoid rejection. It outlines the submission guidelines, indicating that the offeror must include specific documentation proving their authorized distributor status of the OEM parts, along with pricing details for each line item. The Supplier Performance Risk System (SPRS) will be utilized for evaluating past performance, price risks, and supplier risks during the award decision. Registration in the System for Award Management (SAM) is also required for bidders. The amendment aims to ensure that all potential bidders have adequate information and time to respond to the solicitation effectively, maintaining a total small business set-aside schedule, and fostering compliance with necessary federal regulations. The revised guidelines illustrate the government's commitment to supporting small businesses while meeting its procurement needs efficiently.
    The document is a Request for Quotations (RFQ) issued by the Naval Air Warfare Center for the procurement of Original Equipment Manufacturer (OEM) Alignment Sleeve Retainers, specifically part number PHD38999/31FE20, intended for the MQ-4C Unmanned Air Systems program serving the United States Navy and the Royal Australian Air Force. This RFQ is designated as a 100% Total Small Business Set-Aside, indicating that only small businesses are eligible to submit quotes. The RFQ outlines amendments extending submission deadlines for quotations and provides clarity on data requirements related to asbestos certification. Vendors are required to comply with quality assurance standards, including delivering a Certificate of Conformance for all parts. Following the specifications, contractors must deliver 12 units for the US Navy and 2 for the Australian Air Force, with options for additional quantities. Key points include the inspection and acceptance criteria at delivery, the requirement for contractor registration in the System for Award Management, and the thorough documentation of all fabricated items. The RFQ emphasizes a streamlined acquisition approach focusing on punctuality and compliance to ensure high-quality supplies for military operations.
    The document amends solicitation N6833524Q0874 for the procurement of ITT Cannon Alignment Sleeve Retainers for the MQ-4C Unmanned Air Systems, affecting both the United States Navy and the Royal Australian Air Force. The primary change is an extension of the quotation submission deadline from September 5, 2024, to September 11, 2024. The solicitation is a 100% Total Small Business Set-Aside, aiming for a single Firm Fixed-Price Purchase Order. Key points include specific requirements for submissions, such as signed forms and documentation proving authorization to distribute OEM parts. The proposal evaluation will consider past performance risks using the Supplier Performance Risk System (SPRS) to ensure quality and reliability. Submissions are due by September 11, 2024, at 4:00 PM EDT, with a reminder of the necessity for registration in the System for Award Management (SAM) for award eligibility. This amendment reflects administrative updates to keep potential bidders informed and compliant with outlined procurement standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Compartment Cooling Equipment Set
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of Compartment Cooling Equipment Sets, part number 4106AS0500-1, intended for use in MQ-4C Triton Unmanned Air Systems for the United States Navy and the Royal Australian Air Force. This competitive procurement is designated as a 100% Total Small Business Set-Aside and will be awarded as a three-year Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with a guaranteed minimum order of 11 units and additional orders anticipated over the contract period. The cooling equipment is critical for maintaining operational capabilities of unmanned air systems, underscoring the importance of reliable supply in defense operations. Interested parties must submit their proposals by September 23, 2024, and direct any inquiries to Shara Ruth at shara.j.ruth.civ@us.navy.mil.
    1680 - N00383-24-R-500T 5-YEAR REQUIREMENTS IN SUPPORT OF THE V-22AND FMS REQUIREMENTS.
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is seeking contractors to fulfill a five-year requirements contract in support of the V-22 and Foreign Military Sales (FMS) requirements. This procurement involves miscellaneous aircraft accessories and components, specifically under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The goods and services procured will play a critical role in maintaining and supporting the operational capabilities of the V-22 aircraft, which is vital for various military operations. Interested parties can reach out to Meghan Schmitz at 215-697-1232 or via email at meghan.schmitz@navy.mil for further details regarding the solicitation and submission deadlines.
    Rotary Retract Engine Cable Tensioner Cylinders
    Active
    Dept Of Defense
    The Department of Defense, specifically the Fleet Readiness Center Mid-Atlantic (FRCMA), is seeking quotes from qualified small businesses for the procurement of twelve Rotary Retract Engine Cable Tensioner Cylinders. This requirement is critical for maintaining the operational readiness of naval aircraft, as the cylinders must be manufactured in accordance with detailed specifications and quality assurance protocols, including compliance with technical drawings and non-destructive testing standards. Interested vendors must submit their quotes by 5:00 PM on September 20, 2024, and can request access to necessary drawings by contacting Christine Butler at christine.w.butler2.civ@us.navy.mil. The contract will be awarded based on the lowest price technically acceptable offer, with delivery required by March 30, 2025.
    Insert Cable Reel
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting proposals for the procurement of Insert Cable Reels as part of the MK 30 Mod 1 Anti-Submarine Warfare target program. The requirement includes the production of two initial prototype units, followed by a production lot of 600 units, with options for two additional years of 600 units each, all in accordance with specific NAVSEA drawings and military standards. This procurement is critical for supplying reliable equipment for realistic anti-submarine warfare training, ensuring national defense readiness. Interested small businesses must submit their quotes by September 16, 2024, at 1:00 PM PST, and can direct inquiries to Brook Smith at brook.m.smith.civ@us.navy.mil or Amanda Gutgsell at amanda.r.gutgsell.civ@us.navy.mil.
    PCU
    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 a specific aircraft part, identified by NSN: 7RH 1680 015855260 and P/N: 1-002-0102-1711. The contract requires the successful contractor to furnish, overhaul, repair, test, and inspect the specified item in accordance with detailed specifications and quality requirements, ensuring that all work meets the standards set forth in the Statement of Work. This procurement is critical for maintaining operational readiness and reliability of naval aircraft systems. Interested vendors must submit their quotes via email to Anthony Boselli at ANTHONY.BOSELLI@NAVY.MIL by the specified due date, and must also comply with government source approval requirements prior to award.
    15--SUPPORT ASSEMBLY,BE
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of support assembly components, specifically related to airframe structural components. This requirement involves a total quantity increase from 289 to 365 units, with a focus on spare parts that necessitate Government Source Approval prior to award, as the government lacks sufficient data to contract with sources other than the current supplier. Interested vendors must provide the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online, and should direct any inquiries to Jacob Wells at jacob.r.wells1@navy.mil or via telephone at 215-697-1227. The procurement is classified under NAICS code 336413, and the solicitation does not include a set-aside for small businesses.
    Rotary Retract Engine Cable Tensioner Piston Rod Rework
    Active
    Dept Of Defense
    The Department of Defense, specifically the Fleet Readiness Center Mid-Atlantic, is seeking quotes for the rework of nine Rotary Retract Engine Cable Tensioner Piston Rods to ensure fleet readiness. The procurement involves refurbishing components that have been found out of operational tolerance, requiring adherence to a detailed Statement of Work (SOW) and compliance with military standards, including dimensional and non-destructive testing, as well as reapplying Nickel-Chromium and Cadmium plating. This contract is a 100% Total Small Business set-aside, with a firm fixed price award anticipated under FAR Part 13.3, and quotes must be submitted by 5:00 PM on August 31, 2024, to Jeffrey Smith at jeffrey.t.smith6.civ@us.navy.mil. Interested parties should ensure they have the necessary documentation and comply with the specified requirements to be considered for this opportunity.
    Nut, Self-Locking, Extended Washer, Hexagon, PR: 7006823735 NSN: 5310-008071474
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Nut, Self-Locking, Extended Washer, Hexagon, identified by NSN 5310-008071474, with a total quantity of 14,210 units. This item is critical for use on the FA-18 aircraft and is designated as a Navy Designated Critical Safety Item (CSI), emphasizing its importance in maintaining aircraft safety and operational readiness. Interested small businesses, particularly those classified as HUBZone manufacturers or dealers, must submit a completed solicitation package by the anticipated close date of October 18, 2024, with the solicitation expected to be issued around September 18, 2024. For further inquiries, potential offerors can contact Melinda Johnson at Melinda.Johnson@dla.mil or by phone at 804-279-1627.
    Brand Name Custom 465 Material manufactured by Carpenter Technology
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals from qualified small businesses to procure Brand Name Custom 465 welding wire manufactured by Carpenter Technology. The procurement involves acquiring 500 pounds of this specialized wire, specified at a diameter of 0.062 inches, which must meet Aerospace Material Specification (AMS) 5936 standards and be delivered in 12-inch precision layer wound spools. This material is crucial for aerospace manufacturing applications, ensuring compliance with rigorous industry specifications for military use. Proposals are due by 4:00 PM EST on September 24, 2024, and must be submitted electronically to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil, with all submissions adhering to the requirements outlined in the Statement of Work and CLIN Structure.
    16--RH SHORT BASELINE I
    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 items under the title "16--RH SHORT BASELINE I." This opportunity involves the supply of miscellaneous aircraft accessories and components, categorized under NAICS code 336413, which is critical for maintaining operational readiness in naval aviation. The procurement emphasizes compliance with various quality requirements and regulations, including the Buy American Act and equal opportunity provisions. Interested vendors can reach out to Mackenzie Cannataro at 215-697-0288 or via email at MACKENZIE.CANNATARO@NAVY.MIL for further details regarding the solicitation process.