Search Contract Opportunities

F/A-18 ATFLIR Repair Requirements   4

ID: N0038318R001D • 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
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 is a synopsis for an intended Requirements type Long Term Contract (LTC) with Raytheon Company (96214) and serves as the pre-solicitation synopsis for all repair orders issued by the NAVSUP WSS for a five (5) year period estimated from 15 June 2019 through 14 June 2024 for the evaluation and repair of various repair components of the Navy Weapons System manufactured and repair. This intended LTC covers the repair of the Advanced Targeting Forward-Looking Infrared (ATFLIR) System in support of the F/A-18 aircraft. The items are specified within the attached document. One or more of the items under this acquisition are subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements, and the remaining balance is subject to the Buy American Act (BAA), which requires delivery of end products of specified countries or as otherwise consistent with the governing statute and implementing regulations. The applicable BAA and TAA clauses and certificates will be included in the solicitation and contract. Other potentially applicable clauses and certificates, for example those governing specialty metals, commercial derivative military articles, and the prohibition against acquiring munitions list items from Communist China military companies, will also be included. No other restrictions (for example, those for clothing, roller bearings, etc.) have been identified as applying to the 60 items. Orders issued under the Requirements type Long Term Contract and pursuant to this synopsis will be issued pursuant to 10 U.S.C. 2304(c)(1). The items contemplated for procurement of repair require Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source previously approved by the government for repair of these items will be solicited. The item required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source, you must submit the information detailed in the NAVSUP WSS (Philadelphia) Source approval Information Brochure for Repair. This brochure identifies technical data required to be submitted based on your company TMs experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVSUP WSS at (215) 697-4243 or is available online at: https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps If your request for source approval is currently being evaluated at the NAVSUP WSS, submit a copy of the cover letter, which forwarded your request for source approval, with your offer. Offers received failing to provide all data required by the Source Approval Brochure or document previous submission of all data required by Source Approval Brochure will not be considered for award under this solicitation. 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 many continue base on Fleet support needs. POC: Janice Sheldon; janice.sheldon@navy.mil; 215-697-6549

Overview

Response Deadline
Dec. 15, 2017, 12:00 a.m. EST Past Due
Posted
Nov. 29, 2017, 4:15 p.m. EST (updated: May 6, 2020, 11:42 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
79%
On 11/29/17 Naval Supply Systems Command issued Presolicitation N0038318R001D for F/A-18 ATFLIR Repair Requirements due 12/15/17. The opportunity was issued full & open with NAICS 336413 and PSC J.
Primary Contact
Name
Janice sheldon 215-697-6549
Email
Phone
None

Documents

Posted documents for Presolicitation N0038318R001D

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation N0038318R001D

Award Notifications

Agency published notification of awards for Presolicitation N0038318R001D

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N0038318R001D

Contract Awards

Prime contracts awarded through Presolicitation N0038318R001D

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N0038318R001D

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N0038318R001D

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 20, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 20, 2020