Search Contract Opportunities

Addition of 18 HOFs of the F404 engine to existing Navy BOA N0038322GTF01   3

ID: N0038324R004C • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This serves as the pre-solicitation synopsis for a two-year addition to NAVSUP Basic Ordering Agreement (BOA) N0038322GTF01 to include the repair of 18 Head of Families (HOFs) for the F404 engine propulsion system for the F-18 aircraft. For a full list of items being added, please see the Exhibit A attached to this notice. These items are sole source to General Electric (GE), CAGE 99207 located in Lynn, Massachusetts. GE is the only known source to possess full repair capability. Complete data, drawings, and the rights to the same are not available from the Government. Even though these items are sole source to GE, all responsible sources may submit a capability statement which shall be considered by the agency as interest in this requirement. The Government does intend to solicit and negotiate with the prime contractor under the authority of FAR 6.302-1. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The Original Equipment Manufacturer (OEM) of these items maintain design control and repair knowledge or technical data that is essential to maintaining the quality of this part. The repairable assemblies to be repaired and/or modified under this agreement are set forth by manufacturers part number and constitute Government Property as defined in FAR clause 52.245-1, Government Property or 52.245-1 Alternate I, as applicable. This addition will comply with core logistics capability and depot level maintenance requirements.

All responsible sources may identify their interest and capability by responding to the requirement. Eligible contractors shall provide a submission to Christopher.j.letts2.civ@us.navy.mil, that includes:

1) Company Name and Cage Code

2) Part Number/NIIN eligible to repair

3) Is your company the Original Equipment Manufacturer (OEM)?

4) Is your company capable of repairing the P/N in 2 but your company is not the OEM?

a) Explain how your company has the technical capacity to perform the manufacture or repairs.

5) Is your company a Small Business? If so, what type of Small Business?

6) Company POC

An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The subject items require Government source approval prior to contract award. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source, you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Information Brochure for Repair. This brochure identifies technical data required to be submitted based on your company's experience in repair of the same or similar items. This brochure can be obtained by calling the NAVSUP WSS PCO or at https://www.navsup.navy.mil/public/navsup/wss/business opps/

If your request for source approval is currently being evaluated at NAVSUP WSS, please provide with your submission a copy of your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may contribute based on Fleet support needs. Questions or comments regarding this notice may be addressed to Christopher Letts either by e-mail at Christopher.j.letts2.civ@us.navy.mil or by phone at (215)-697-1249.

Background
This serves as the pre-solicitation synopsis for a two-year addition to NAVSUP Basic Ordering Agreement (BOA) N0038322GTF01 to include the repair of 18 Head of Families (HOFs) for the F404 engine propulsion system for the F-18 aircraft. These items are sole source to General Electric (GE), CAGE 99207 located in Lynn, Massachusetts. GE is the only known source to possess full repair capability. The Original Equipment Manufacturer (OEM) of these items maintain design control and repair knowledge or technical data that is essential to maintaining the quality of this part. This addition will comply with core logistics capability and depot level maintenance requirements.

Work Details
The specific products to be manufactured or delivered under the contract include 18 Head of Families (HOFs) for the F404 engine propulsion system for the F-18 aircraft.
The items to be repaired and/or modified under this agreement are set forth by manufacturers part number and constitute Government Property as defined in FAR clause 52.245-1, Government Property or 52.245-1 Alternate I, as applicable.

Period of Performance
Two-year addition to NAVSUP Basic Ordering Agreement (BOA) N0038322GTF01

Place of Performance
Lynn, Massachusetts

Overview

Response Deadline
May 10, 2024, 4:00 p.m. EDT Past Due
Posted
April 25, 2024, 8:07 a.m. EDT
Set Aside
None
Place of Performance
Lynn, MA United States
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Sole Source
Odds of Award
79%
Vehicle Type
Basic Ordering Agreement
On 4/25/24 Naval Supply Systems Command issued Presolicitation N0038324R004C for Addition of 18 HOFs of the F404 engine to existing Navy BOA N0038322GTF01 due 5/10/24. The opportunity was issued full & open with NAICS 336412 and PSC 2840.
Primary Contact
Name
CHRISTOPHE J. LETTS JR, N722.14, PHONE (215)697-1249, FAX (215)697-0491, EMAIL CHRISTOPHER.J.LETTS@NAVY.MIL   Profile
Phone
None

Secondary Contact

Name
Christian Ingerson   Profile
Phone
None

Documents

Posted documents for Presolicitation N0038324R004C

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation N0038324R004C

Award Notifications

Agency published notification of awards for Presolicitation N0038324R004C

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N0038324R004C

Contract Awards

Prime contracts awarded through Presolicitation N0038324R004C

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N0038324R004C

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N0038324R004C

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP WEAPON SYSTEMS SUPPORT > NAVSUP WSS PHILADELPHIA > NAVSUP WEAPON SYSTEMS SUPPORT
FPDS Organization Code
1700-N00383
Source Organization Code
500021098
Last Updated
May 25, 2024
Last Updated By
christopher.j.letts@navy.mil
Archive Date
May 25, 2024