Fabrication of Cargo Equipment Enclosure Assemblies for AFSOC in accordance with Drawings & SOW
ID: N0042124Q0330Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)

Set Aside

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

    Fabrication of Cargo Equipment Enclosure Assemblies for AFSOC in accordance with Drawings & SOW

    The Department of Defense, specifically the Department of the Navy, is seeking quotes for the fabrication of cargo equipment enclosure assemblies for the Air Force Special Operations Command (AFSOC). These assemblies are used to enclose and protect cargo equipment during transportation.

    The procurement is set aside for small businesses and falls under the category of Other Aircraft Parts and Auxiliary Equipment Manufacturing. The place of performance is Saint Inigoes, Maryland, in the United States.

    Interested vendors must submit their quotes via email to Cathleen Emmart at cathleen.m.emmart@us.navy.mil by 4:00PM Eastern Time on August 2, 2024. Technical questions should be directed to the Technical Point of Contact (TPOC), Steven Drayer, at steven.d.drayer.civ@us.navy.mil by 4:00PM Eastern Time on July 30, 2024.

    The procurement will be conducted competitively under the Simplified Acquisition Procedures (SAP) and will be awarded on a firm fixed-price basis. Vendors must be registered in the System for Award Management (SAM) database to be considered for the award.

    Access to the drawings will be granted upon request and receipt of completed DD Form 2345, as well as confirmation of the vendor's active status in the Joint Certification Program (JCP). The Technical Data related to this solicitation is export controlled, and only companies certified under the JCP are authorized to receive the package.

    The solicitation closing date/time is firm, and proposals received after the deadline will not be accepted. Vendors are required to provide enough technical information, such as data sheets, drawings, and specifications, for evaluation. The award will be based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards.

    Vendors must include the following information in their response: (1) FOB: (Destination preferred) (2) Shipping Cost if applicable (Saint Inigoes, MD) (3) IUID Labeling Cost if applicable (4) Tax ID# (5) Unique Entity ID# (6) Cage Code (7) Small Business – Yes ___ No ___ (8) Estimated Delivery Date (9) If available on a Public Price list, please provide a copy (10) Total Amount of quote

    Please ensure all Fill In clauses in Section K are responded to in the vendor's response.

    Point(s) of Contact
    Lifecycle
    Similar Opportunities
    16--PANEL ASSY,AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the procurement of new manufacture spare parts, specifically a panel assembly for aircraft. The procurement aims to secure high-quality components that meet stringent military standards, with evaluation criteria focusing on lead time, price, past performance, and capacity. This opportunity is critical for maintaining operational readiness and ensuring the reliability of naval aircraft systems. Interested vendors must submit their quotes via email by 2:00 PM EST on the specified closing date, and can direct inquiries to Dillon Ketterman at 215-697-2995 or via email at dillon.ketterman@navy.mil.
    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.
    FY24 26K 4-Leg HelMAS Kit
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the FY24 26K 4-Leg HelMAS Kit under solicitation number FA3016-24-Q-0125. This procurement aims to acquire adjustable metal ramps designed for loading cargo onto aircraft, specifically to enhance rapid loading and unloading capabilities during military operations, thereby improving aircraft ground times and crew safety in combat scenarios. The 26K HelMAS system is critical for facilitating the loading of helicopters onto various military transport aircraft while adhering to stringent safety and compliance standards. Interested small businesses must submit their quotes by September 10, 2024, at 2:00 PM CST, and direct any inquiries to Ms. Monica Pridgen at monica.pridgen.2@us.af.mil or by phone at 931-320-9592.
    G1-0050 Standard Missile Kit and Box
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a Standard Missile Kit and Box, as outlined in Request for Quotation (RFQ) N0017424Q0103. The procurement involves the fabrication and assembly of specific hardware components, including the Encan/DECAN Kit and Box for the Standard Missile (SM 3/6) program, with delivery expected by December 14, 2024. This initiative is crucial for supporting defense operations, ensuring the availability of specialized metal weapons storage containers. Interested vendors must submit their quotes by September 19, 2024, and may request technical drawings via email to Laura Adams at laura.a.adams41.civ@us.navy.mil by September 12, 2024, to facilitate their proposals.
    C-5 Training Cargo Loads
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small business concerns for the design, production, and delivery of C-5 Training Cargo Loads under solicitation number FA3016-24-Q-5154. The primary objective is to create training cargo loads that replicate Aircraft Ground Equipment (AGE) commonly used in USAF cargo operations, with delivery required at Joint Base San Antonio-Lackland, Texas. This procurement is crucial for enhancing the operational training capabilities of the Air Force, ensuring that personnel are adequately prepared for real-world scenarios. Interested vendors must submit their quotes by September 13, 2024, and direct any inquiries by August 30, 2024, to Thomas Farrell at thomas.farrell.5@us.af.mil, as this opportunity is a total small business set-aside under NAICS code 336413.
    CBL AND REEL AY - N00383-24-Q-R452
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting quotes for the repair of military items under the contract titled "CBL AND REEL AY - N00383-24-Q-R452." This procurement involves a Foreign Military Sales (FMS) repair requirement, where contractors are expected to submit firm-fixed price quotes that comply with strict military standards for item preservation, packaging, and marking. The contract emphasizes the importance of quality management systems and adherence to federal regulations, ensuring that all items meet applicable specifications and undergo rigorous inspection and acceptance processes. Interested contractors must submit their quotes via email to Linda Vong at linda.vong2.civ@us.navy.mil by the specified closing date, with further details available in the solicitation document.
    16--CABIN PRESSURE SELE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for cabin pressure selector components under solicitation number N00383-24-Q-T421. The procurement aims to acquire FAA-certified parts that are essential for aircraft operations, ensuring compliance with safety and regulatory standards. This opportunity is critical for maintaining the operational readiness of military aircraft, and the contract will be awarded to the lowest priced technically acceptable offer. Interested vendors must submit their quotes by 4:30 PM local time on October 7, 2024, and can direct inquiries to Dina Wojciechowski at 215-697-1219 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL.
    59--BACKPLANE ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the procurement of a Backplane Assembly, part number 1981534, under solicitation notice N00104. The contract requires a firm fixed price for the assembly, which must adhere to MIL-STD packaging and include government source inspection, with all freight being FOB Origin. This assembly is critical for electrical and electronic applications within defense systems, and interested vendors must submit their quotes electronically to the designated contact, Leigh Catchings, at leigh.e.catchings.civ@us.navy.mil, by the extended deadline of September 12, 2024. The solicitation emphasizes the necessity for authorized sources and requires detailed pricing and delivery information as part of the submission.
    15--FAIRING,AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the procurement of new manufacture spare parts, specifically for aircraft fairings. This contract opportunity requires bidders to provide pricing based on unit costs per Contract Line Item Number (CLIN), with evaluation criteria focusing on lead time, price, past performance, and capacity. The goods are essential for maintaining operational readiness and support for naval aircraft. Interested parties must submit their quotes via email by 2:00 PM EST on the specified closing date, and can direct inquiries to Dillon Ketterman at 215-697-2995 or via email at DILLON.KETTERMAN@NAVY.MIL.
    81--SHIPPING AND STORAG
    Active
    Dept Of Defense
    The U.S. Department of Defense, specifically the Department of the Navy, is seeking offers for specialized shipping and storage containers. The solicitation is a small business set-aside, with the most advantageous offer determining the contract award. Emphasis is on relevant past performance and technical capability, with the non-price factors combined being more important than price. Offerors are required to demonstrate their ability to manufacture and inspect containers made of aluminum, adhering to detailed requirements specified in drawings and standards. This includes providing equipment, certification, and work instructions. A pre-award survey and post-award conference may be conducted for new manufacturers. The selected offeror will need to deliver containers that pass a rigorous first article test, focusing on dimensions, functionality, and compliance with drawing and specification requirements. These containers are critical for the Navy's operations, requiring a detailed and meticulous approach to manufacturing and testing. The successful offeror will have the capacity to deliver high-quality containers, meeting the stringent standards and timelines outlined in the solicitation. Interested parties should contact Alexis Healy at 215-697-1143 or alexis.healy@navy.mil for further details. The government has set aside up to $10,000 for the first article testing phase. Deadlines for submission and evaluation are outlined in the solicitation.