Virginia Bids > Bid Detail

Sources Sought for F/A-18 SIO Support and Add to SPE4AX24D9408

Agency:
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159012031602169
Posted Date: Feb 16, 2024
Due Date: Mar 4, 2024
Source: https://sam.gov/opp/2c2c50f972...
Follow
Sources Sought for F/A-18 SIO Support and Add to SPE4AX24D9408
Active
Contract Opportunity
Notice ID
SPE4AX24R0023
Related Notice
SPE4AX24R0023
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA AVIATION
Sub Command
DLA AV RICHMOND
Office
DLA AVIATION
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 16, 2024 04:08 pm EST
  • Original Response Date: Mar 04, 2024 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    North Chesterfield , VA 23237
    USA
Description

Solicitation number SPE4AX-22-R-X000 is issued as a Request For Proposal (RFP). This is notice of the Government’s intent to award a Firm Fixed Price Contract under the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Other Than Full and Open Competition. This acquisition is for items sole source to Northrop Grumman Systems Corporation.

The proposed contract action is intended to award on a sole source basis as supported by the Class Justification for Other Than Full and Open Competition in accordance with FAR 6.302-1(a)(2)(ii). The proposed sole source contract will be issued to Northrop Grumman Systems Corporation in support of the F/A-18 weapon system. The sole manufacturer and only known source of supply for these items. The Government intends to award a Firm Fixed Price and add to existing LTC SPE4AX24D9408 utilizing FAR 15 procedure. This agency seeks to gain support for Northrop Grumman sole source consumable items. The Government’s goal is to increase F/A-18 Northrop Grumman sole source parts availability by improving Material Availability (MA) on NG sole source spare parts. The solicitation includes 12 NSNs for this action. It is the Government’s intent issue a sole source letter solicitation to Northrop Grumman Systems Corporation, the sole manufacturer and only known source of supply, for this population of items sole source to Northrop Grumman Systems Corporation. Therefore, if any non-OEM source is interested in any of the NSNs, please notify the acquisition specialist prior to the solicitation’s closing date. Surplus dealers are also invited to respond to this synopsis. The response should include a completed surplus certificate, DLAD 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. (Note: Other Aviation sites will provide their equivalent surplus clause, as applicable). Responses to this announcement from other than the OEM should identify items of interest and include evidence of ability to supply the items for the contract period as identified. In addition, respondents should identify the quantity available and price. A copy of the letter of interest should be forwarded to the acquisition specialist identified herein and SBA PCR (DeeAndra.heath@sba.gov). The Government may alter the acquisition strategy if purchase of existing surplus or newly manufactured inventory is in the best interest of the Government. All responsible sources may submit a proposal sufficient to determine capability, which may be considered by the agency. Proposals must be submitted not later than the closing date and time as listed. All respondents shall be registered in the SAM.gov website (https://sam.gov/content/home), ORCA, and have a valid DUNS number, CAGE Code, and Tax Identification Number. All quotes received after the closing date listed may be considered “late,” and may not be considered for award.


Attachments/Links
Contact Information
Contracting Office Address
  • SMSG AVIATION SUP CH CORPORATE LTC 6090 STRATHMORE ROAD
  • RICHMOND , VA 23237
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >