NGJ Pod Rack
ID: N68335-24-R-0259Type: Presolicitation
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, specifically the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the manufacturing and machining of the ADU-1062/E Ground Handling Equipment Adapter and Spacer, Foundation Support, as part of the Next Generation Jammer (NGJ) program. This procurement is designated as a Total Small Business Set-Aside, emphasizing the importance of small business participation in federal contracts, and will be executed under a five-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. Interested contractors must be registered in the System for Award Management (SAM) and are required to submit their proposals by 4:00 PM EDT on October 29, 2024. For further inquiries, potential offerors can contact Devin Hader at devin.l.hader.civ@us.navy.mil or Jennifer Casale at jennifer.n.casale2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides guidelines for offerors participating in a federal RFP pertaining to a Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. Offerors are required to complete specific sections, including the Company Information and Pricing tabs, with emphasis on green-colored cells where unit prices must be proposed for various Contract Line Items (CLINs). Pricing for CDRLs (Contract Data Requirements List) must not be included as they are not separately priced (NSP). Detailed CLINs include various components such as the Universal Mezzanine Rack and Spacer Foundation Support for multiple years. The document stresses the importance of submitting complete and correct pricing and company information to ensure evaluations are based on submitted figures. The evaluation criteria will focus on the maximum quantity unit price for order periods specified. Compliance with these guidelines is essential for successful bid submissions within the framework of government procurements.
    The document outlines a government solicitation for the procurement of aircraft ground handling equipment, specifically the ADU-1062/E Adapter and Spacer, Foundation Support, under a five-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. It is designated as a 100% Small Business Set Aside with a NAICS code of 332710. Minimum and maximum order quantities for each part are specified, with a total order period extending over five years. Interested vendors must acquire solicitation attachments through a valid Military Critical Technical Data Agreement (DD Form 2345) and register in the Department of Defense System for Award Management (SAM) database. The solicitation emphasizes inspection requirements, delivery locations, and technical data specifications, along with mandatory clauses related to inspection, acceptance, and unique item identification for delivered goods. The importance of adhering to packaging, marking, and government regulations is also highlighted, ensuring compliance with safety and reporting standards. This procurement effort aims to enhance operational capabilities while supporting small business participation in federal contracts, emphasizing efficiency and accountability in government contracting processes.
    The Statement of Work (SOW) outlines requirements for producing Peculiar Support Equipment (PSE) for the Next Generation Jammer program, specifying production and delivery of components like the ADU-1062/E Adapter and Foundation Support Spacer. Contractors are required to submit bi-monthly progress reports and an Integrated Master Schedule, detailing production milestones and risks. A compliant Quality Assurance (QA) system based on ISO 9001 is mandatory. Contractors must conduct inspections, testing, and evaluations, including load testing of all units, and ensure the government performs inspections as needed. Additionally, Item Unique Identification (IUID) marking is required for military property, along with proper data handling for compliance. The document emphasizes packaging, handling, storage, and transportation requirements, ensuring safe shipment to specified locations. Overall, this SOW is critical for maintaining quality, compliance, and accountability in defense-related procurement.
    The document is a Solicitation Question/Response Form for the federal government RFP N68335-24-R-0259, designed to facilitate communication between offerors and the government. It allows contractors to submit specific questions regarding the Request for Proposal (RFP), referencing areas such as the Performance Work Statement (PWS), schedules, or specific paragraphs within the proposal. The form includes sections for the contractor's details, the subject matter of the inquiry, and the government's official response, ensuring a structured approach to addressing potential concerns. This ensures clarity and transparency in the bidding process and helps potential contractors understand the requirements and expectations set forth in the RFP. The layout is straightforward, emphasizing the need for detailed questions and organized responses to streamline the procurement process. Overall, this document is integral to ensuring effective dialogue during the proposal phase, ultimately leading to more informed submissions and better selection outcomes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    4920-00-140-3440; Z9N; AIRCRAFT, FA-18, A-D, E/F, G (GROWLER)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) for the procurement of aircraft test adapters, specifically NSN 4920-00-140-3440, required for the FA-18 aircraft series. This presolicitation is limited to offers from approved sources, namely S.W. Electronics & Manufacturing Corp. and Raytheon Company, with a critical application item designation emphasizing the importance of these components for aircraft maintenance and repair. The contract will span a base period of two years with an option for an additional three years, requiring delivery of 20 units within 200 days to various locations across the Continental United States. Interested vendors should prepare to submit proposals to the Bid Custodian, as electronic submissions via DIBBS are not accepted, with the solicitation expected to be released on or around October 24, 2024. For further inquiries, contact Patsy Bedford at patsy.bedford@dla.mil or Heidi Lacosse at Heidi.Lacosse@dla.mil.
    REDESIGN AND PRODUCTION OF THE AN/SLA-10D PRE-TRIGGER CONVERTER AND BLANKING UNIT, VIDEO MIXER MX-10042BSLA-10D, CONTROL INDICATOR C-10569B/SLA10D, INCLUDING SPARES AND REPAIRS, FOR THE SURFACE ELECTRONIC WARFARE IMPROVEMENT PROGRAM (SEWIP) AN/SLQ-32(V) 6
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking proposals for the redesign and production of the AN/SLA-10D Pre-Trigger Converter and Blanking Unit, along with associated components for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) 6 system. This procurement includes the production of shop replaceable assemblies and repairs, necessitated by the obsolescence of certain parts, and is governed by a firm fixed price, indefinite delivery indefinite quantity (IDIQ) contract structure with a five-year ordering period. The successful contractor will be responsible for first article testing and must ensure delivery of units within 180 days after receipt of the delivery order, with a minimum of one first article and a maximum of 130 production units anticipated over the contract's life. Interested small businesses must register in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access solicitation documents, with the closing date for proposals set for August 15, 2023, at 3:00 PM EST. For inquiries, contact Lynn Masterson-Brinegar at lynn.masterson-brine@navy.mil or Diane M. Bright at diane.m.bright5.civ@us.navy.mil.
    N00383-24-R-9520
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for a three-year Requirements contract focused on the repair and modification of specific aircraft parts and auxiliary equipment. Contractors are required to submit quotes that include a firm-fixed price, adhering to the Statement of Work to ensure all items are returned to a Ready For Issue (RFI) condition. This procurement is critical for maintaining the operational readiness of defense systems, emphasizing compliance with security protocols and proper handling of Government Furnished Property. Interested contractors must submit their quotes via email to Linda Vong at linda.vong2.civ@us.navy.mil by the specified closing date outlined in the solicitation.
    16--NLG STEERING AS, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a flight-critical item identified by NSN 7R-1680-016480499-RQ. This procurement requires government source approval prior to contract award, as the technical data available has not been deemed adequate for full and open competition, meaning only previously approved sources will be considered. The selected contractor will be responsible for delivering one unit, with delivery terms set to FOB Origin, and must provide comprehensive documentation as outlined in the NAVSUP WSS Source Approval Information Brochures to be eligible for consideration. Interested parties should contact Nadia Govorushko at (215) 697-2813 or via email at NADIA.GOVORUSHKO@NAVY.MIL for further details and to ensure compliance with submission requirements.
    MHU-191A/M Munitions Transporter
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of 45 units of the MHU-191A/M Munitions Transporter, with a firm fixed-price contract anticipated. Offerors must comply with stringent military standards, including a quality assurance system compliant with ISO 9001, and demonstrate their ability to meet technical specifications, including NIST cybersecurity requirements. This equipment is critical for munitions transport within military operations, ensuring safety and efficiency in logistics. Proposals are due by October 23, 2024, at 5:00 P.M. EDT, and interested parties should direct inquiries to Trevor Greig at trevor.m.greig.civ@us.navy.mil or Robert Megill at robert.a.megill2.civ@us.navy.mil.
    LN-251 Interim Solution
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate and award a sole-source contract to Northrop Grumman Systems Corporation (NGSC) for the LN-251 Interim Solution, which is critical for the E-2D aircraft's compliance with the FY27 mandate to utilize GPS M-code. This contract, structured as a Cost Plus Fixed Fee (CPFF) type, aims to procure the necessary integration services and manage government property projected to be excess following the completion of contracted production efforts. Given NGSC's unique position as the sole designer and manufacturer of the E-2D aircraft, they possess the essential knowledge and technical expertise required for this project. Interested parties may contact Androy Allen at androy.f.allen.civ@us.navy.mil or Evan Riedell at evan.n.riedell.civ@us.navy.mil for further information, and responses expressing interest must be submitted within fifteen days of this notice.
    HOUSING ASSEMBLY / NSN 2995-00-070-1893 / V-22A AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) for the Housing Assembly (NSN 2995-00-070-1893) used in the V-22A Aircraft. This procurement is a 100% Small Business Set-Aside, with an estimated annual quantity of 152 units over a five-year base period, emphasizing the critical nature of the item while not classifying it as a Critical Safety Item. Interested contractors must be aware that the government does not possess technical data for this part, and any new sources must submit a Source Approval Request (SAR) for consideration. Proposals are due within 45 days of the notice publication, with the solicitation expected to be issued on October 17, 2024. For further inquiries, interested parties can contact Chris Rose at CHRISTOPHER.ROSE@DLA.MIL or Jeremy Prince at Jeremy.Prince@dla.mil.
    Differential Gear U
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Differential Gear U, a critical component for the F15C/D and F16A/B aircraft. The contract will involve the supply of 54 units of this item, which is designed to convert varying input speeds to output speeds, and is made from steel and bronze alloys. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-25-R-0016) is October 24, 2024, with a closing date of November 25, 2024. For inquiries, potential bidders can contact Kristian Hollingshead at kristian.hollingshead.1@us.af.mil, and they should be aware that the contract award is contingent upon the availability of appropriated funds.
    58--PROGRAMMER, EWSP
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a spare part identified as the Programmer, EWSP, under the NSN 7R-5865-014373373. The procurement involves a competitive solicitation for one unit of this electronic countermeasure equipment, with a focus on approved sources such as Northrop Grumman Systems and BAE Systems Info, among others. This equipment is critical for electronic warfare systems, ensuring operational readiness and effectiveness in defense applications. Interested vendors must submit their capabilities and qualifications via email to Michael J. Brown at michael.j.brown43@navy.mil, with a deadline for proposals set at 45 days from the publication date, and an anticipated award date of December 23.
    F-16 Grip Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of one Grip Assembly for the F-16 aircraft, identified by NSN 1680-01-263-0648. This opportunity is a total small business set-aside, requiring interested manufacturers to demonstrate compliance with specific qualification requirements, including the submission of a complete data package and a qualification test plan. The Grip Assembly is critical for the operational capabilities of the F-16 fighter jet, emphasizing the importance of adherence to military specifications and quality standards in aerospace manufacturing. Interested parties must contact Travis Bodily at travis.bodily@us.af.mil for further details, with proposals due by October 21, 2024, and an estimated qualification testing cost of $4,000, taking approximately 180 days to complete.