Turret Alignment Stand Frame for H1 Domestic & FMS Programs
ID: N68335-24-R-0185Type: 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)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the production and delivery of three Turret Alignment Stand Frames to support the U.S. Marine Corps H-1 program, with an option for an additional unit for the Czech Republic's Foreign Military Sales program. This procurement is critical for ensuring operational readiness and compliance with military standards, as the Turret Alignment Stands are essential components for the H-1 Helicopter Program. Proposals must be submitted by September 19, 2024, and interested parties are required to provide comprehensive supporting data, including certified cost and pricing information, to facilitate the evaluation process. For further inquiries, contact Tammy Fossa at tamara.d.fossa.civ@us.navy.mil, and ensure to request access to the Technical Data Package by August 26, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    This procurement document outlines the requirements for a federal solicitation under the DFARS regulations, focusing on item unique identification, shipping conditions, and equipment specifications. All items required must be new and warranty-covered, with free shipping to specified destinations in the Continental U.S. Suppliers are mandated to register with the System for Award Management (SAM) and are obligated to submit bids valid for 60 days post-closure. Inspection will occur at the contractor's facility, with payment processed through the Government's Wide Area Workflow system. Additionally, proposals must include a valid DD2345 for access to export-controlled documents, with a submission deadline set for August 26, 2024. Special shipping instructions are provided for both domestic and foreign military units. Compliance with cybersecurity requirements and evaluation criteria stipulating low-price technical acceptance is essential for award consideration. Proposals are due by September 19, 2024, with both electronic submissions and adherence to NIST standards being crucial for eligibility. This document serves to guide contractors in providing compliant and competitively priced offers to fulfill government needs effectively.
    The document outlines the Contract Data Requirements List (CDRL) for a government contract pertaining to the procurement of a Turret Alignment Stand. It details a specific data item, the Request for Variance (RFV), which is necessary under the contract's Statement of Work. The RFV must be submitted in accordance with the guidelines set forth and is governed by a referenced military handbook for additional guidance. The document specifies that the government will respond to submitted RFVs within 30 days and emphasizes the importance of compliance throughout the process. The CDRL is prepared by John Newcomer from NAWCAD LKE, ensuring that contractors adhere to the requirements for data submission as part of the government contracting process. This emphasizes the structured approach to managing contracts in the federal realm, ensuring accountability and thoroughness in data handling.
    The document outlines an Evaluation Plan for Solicitation No. N68335-24-R-0185, which pertains to the procurement of Turret Alignment Stand Frames to support the U.S. Marine Corps H-1 Program and the Czech Republic Foreign Military Sales Program. The contract will be a Fixed-Price Purchase Order, with four units required. The procurement is categorized as a Small Business Set Aside, and offers must be from small businesses that meet specific criteria. Proposals will be evaluated based on price and technical acceptability, with the lowest priced, technically acceptable offer receiving the contract. Offerors must demonstrate compliance with various assessments and submission requirements. All pricing must be submitted for competitive evaluation, and any proposals not conforming to requirements may be rejected. The document signifies the federal government's intent to procure essential military equipment through a structured, competitive process involving established standards and compliance verification to ensure mission readiness and support.
    The Statement of Work (SOW) details the requirements for the manufacture of three Turret Alignment Stands, necessary for the H-1 Helicopter Program, managed by the Naval Air Warfare Center Aircraft Division. This SOW includes the manufacturing specifications, delivery timelines, and quality assurance protocols to ensure compliance with military standards. The production is to be completed within six months after order receipt, with provisions for a possible additional stand for Foreign Military Sales to the Czech Republic. The document outlines necessary standards, including MIL-STD and guidance for packaging and shipping, along with requirements for inspections and acceptance by the Defense Contract Management Agency. It emphasizes the importance of a strong quality assurance system in line with ISO 9001 to maintain high production standards. The contractor is required to host a Post Award Conference to clarify contract specifics and address any potential issues. Key requirements also include unique identification marking for each unit, adherence to configuration management protocols, and proper handling of transport and packaging to withstand military logistics. The comprehensive nature of this SOW illustrates the meticulous planning and execution standard in military contracts, ensuring that all equipment meets operational readiness and safety requirements.
    The document outlines the Carrier Appointment Form required for transportation logistics at DLA Distribution Susquehanna. It details essential fields for completion, including carrier and shipper information, trailer specifications, and appointment preferences. Mandatory elements encompass the number of bills, pieces/skids, total weight, and hazardous material details. The form specifies locations for different types of freight handling, noting eligibility based on dimensions and volume. Additionally, it addresses the need for listing other addresses on bills and facilitates standing appointments. Instructions for submitting the form via email and contact information for scheduling assistance are provided throughout. This document is critical for managing transportation requests efficiently while ensuring compliance with safety regulations in governmental procurement processes.
    The Prelodge Form Instructions outline the procedures for carriers submitting requests for truckload and partial truckload shipments to the DLA Distribution. This form is not applicable for small parcel carriers. Key submission details include the SCAC, shipper information, request date, trailer number, bill of lading details, and specific shipment measurements such as the number of pieces and total weight. Appointments must be scheduled on weekdays, with a preferred date and time indicated, defaulting to “0900” if not specified. Additional instructions highlight that complete bills of lading are required, and that confirmation of the appointment will be sent via email once scheduled. The document serves as a guideline for carriers to ensure accurate and efficient processing of shipments within the federal logistics system. By maintaining these standards, the DLA Distribution aims to streamline freight management and enhance operational collaboration.
    Similar Opportunities
    BARREL-ROTARY,CONTR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting proposals for the procurement of 970 units of barrel-rotary components for the H-60 helicopter, identified by NSN: 1615-010957107 and Part Number: 70301-02114-104. This procurement is classified as a Critical Safety Item and requires compliance with Enhanced Export Control and NIST SP 800-171 DOD Assessment Requirements. The solicitation is set to be issued on September 30, 2024, and interested vendors must submit their proposals in writing, with offers due to the specified fax number. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    9999 - FMS Repair of TRMC Mission Computer (2 units)
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified contractors for the repair of two TRMC Mission Computers for the Czech Republic. The procurement requires contractors to provide labor, materials, and facilities necessary to restore these government-owned items to operational condition, as the government lacks the data to perform the repairs or manufacture the items. This opportunity is critical for maintaining the operational capabilities of military systems, and the government intends to solicit only one source under FAR 6.302-1, with a determination not to compete based on responses solely at the government's discretion. Interested parties must submit capability statements within five days of the notice and ensure they are approved sources, with additional information available from the NAVSUP-WSS Source Approval Information Brochure. For inquiries, contact Peter Kobryn at 215-697-3972 or via email at peter.kobryn@navy.mil.
    CROSSTUBE ASSEMBLY / NSN 1620-00-076-9036 / H1 HELICOPTER
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is issuing a presolicitation for an Indefinite Quantity Contract (IQC) for the CROSSTUBE ASSEMBLY, NSN 1620-00-076-9036, specifically for the H1 Helicopter. This opportunity is a 100% Small Business Set-Aside, with an estimated annual quantity of 8 units over a five-year base period, and the item is classified as a critical Air Force Safety Item, necessitating compliance with export control regulations. Interested contractors must submit a Source Approval Request (SAR) to be considered, as DLA Aviation does not possess technical data for this part, and the solicitation is expected to be issued on September 30, 2024. For further inquiries, interested parties can contact Chris Rose at Christopher.Rose@dla.mil or Jeremy Prince at Jeremy.Prince@dla.mil.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul and repair of dynamic components for the TH-1H helicopter under solicitation number FA852424R0008. The primary objective is to ensure that critical safety items are overhauled in accordance with the original equipment manufacturer's standards, thereby maintaining the operational readiness of the U.S. Air Force's fleet for training and combat missions from FY25 to FY30. This procurement is vital for sustaining flight safety and operational integrity, as it involves essential components such as the Main Transmission Assembly and Tail Rotor Drive Quill Assembly. Proposals are due by September 26, 2024, at 4 PM EST, and interested contractors should contact Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil for further information.
    V-22 PropRotor Gearbox (PRGB) Input Quill Assemblies (IQA) Automated Test System
    Active
    Dept Of Defense
    The Department of Defense, through the Fleet Readiness Center, is soliciting proposals for the procurement of a test stand designed to evaluate both left-hand and right-hand V-22 PropRotor Gearbox (PRGB) Input Quill Assemblies (IQA) for the V-22 aircraft. This procurement encompasses the complete mechanical, electrical, software, and control systems necessary for the test stand, including installation, commissioning, performance testing, and calibration to ensure functionality upon government acceptance. The test stand will be installed at Building 4497, Fleet Readiness Center East, Marine Corps Air Station Cherry Point, North Carolina, and is critical for the production of aircraft components. Interested vendors should direct inquiries to Adam Coombs at adam.c.coombs.mil@us.navy.mil by 3:00 PM Eastern Daylight Time on September 9, 2024, and are reminded that this opportunity is a Total Small Business Set-Aside under NAICS code 336413.
    16 - FMS REPAIR - SHAFT ASSEMBLY,DRIV
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a contractor for a sole source requirement to repair four units of the Shaft Assembly, Drive (NSN: 7R 1615-012725107, Part Number: 70361-25002-044). This procurement is critical as the government lacks sufficient data to engage alternative sources, emphasizing the specialized nature of the components involved, which are essential for helicopter rotor blades and drive mechanisms. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, available online. For inquiries, potential bidders can contact Dana L. Scott at dana.scott@navy.mil, with proposals due as specified in the solicitation.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul and repair of TH-1H dynamic components under solicitation FA852424R0008 0003. This procurement involves various maintenance and reporting services, including inspections and quality assurance, with a focus on compliance with Item Unique Identification (IUID) standards and the submission of essential documentation such as Accident/Incident Reports and Counterfeit Prevention Plans. The services are critical for maintaining the operational readiness of military aviation assets, ensuring that helicopter components are effectively managed and maintained. Proposals are due by September 26, 2024, and interested contractors should contact Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil for further information.
    16--TRIAX
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a flight-critical item identified by NSN 1R-1680-LLF02I754-P8, with a reference number of DK-621-0087-1S, requiring a quantity of one unit. This procurement is subject to Government source approval prior to contract award, as the technical data available does not support acquisition through full and open competition, necessitating that only previously approved sources be solicited. Interested parties must submit the required documentation for source approval along with their proposals, as offers lacking this information will not be considered. For further inquiries, Danielle M. Junod can be contacted at (215) 697-1138 or via email at DANIELLE.M.JUNOD.CIV@US.NAVY.MIL, with a proposal submission deadline of 45 days from the notice publication date.
    1680 - SERVOCYLINDER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair of two servocylinders (NSN 7R6615011585984, 70410-22820-043) intended for Foreign Military Sales to Taiwan. The repair work is designated as sole source to Parker Hannifin Control Systems Division, the Original Equipment Manufacturer (OEM), which possesses the necessary repair data and capabilities. Interested parties, including those not currently approved as sources, are encouraged to submit capability statements or proposals, with a deadline for submissions set at 45 days from the publication of this notice. For further inquiries, potential contractors can contact Thomas McLaughlin at 215-697-2486 or via email at thomas.s.mclaughlin7.civ@us.navy.mil.
    FMS Case KV-B-UBQ NVDs & Spares
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is soliciting bids for the procurement of Night Vision Devices (NVDs) and spare parts under the Foreign Military Sales (FMS) Case KV-B-UBQ for Kosovo. This firm fixed-price contract aims to fulfill urgent requirements for 1,000 NVDs and associated spare parts, emphasizing compliance with military standards for quality assurance, packaging, and shipping. The procurement is critical for enhancing military capabilities and ensuring operational readiness, with proposals evaluated based on the Lowest Priced Technically Acceptable (LPTA) method. Interested vendors must submit their proposals by September 26, 2024, and direct any inquiries to Emanuel Green or Aqua M. Jefferson via their provided email addresses.