

5845 - This is for the TTE and repair of two units for Egypt: Sonar Control, p/n 8130415-1 qty 1 ea REEL Test, p/n 8013910-2 qyt 1 ea
Process Number N0038322YP169

Dates:
N0038322YP169
Department/Ind. Agency:DEPT OF DEFENSE
Sub-tier:DEPT OF DEFENSE
Sub Command:NAVSUP WEAPON SYSTEMS SUPPORT
Office:NAVSUP WEAPON SYSTEMS SUPPORT
General Information:
(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
Updated Published Date:(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
Original Published Date:2021-10-27 10:40:00
Original Response Date:Nov 03, 2021
Inactive Policy:Manual
Original Inactive Date:Nov 18, 2021
Initiative:- None***--***
Classification:
5845 - UNDERWATER SOUND EQUIPMENT
NAICS Code:334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
Description:
This is a FMS requirement for the TTE and repair of two units for Egypt: Sonar Control, p/n 8130415-1 qty 1 ea REEL Test, p/n 8013910-2 qyt 1 ea This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. In order for a potential source to become approved they must submit a Source Approval Request (SAR) package in accordance with NAVAIRINST 4200.25D. Currently this instruction has been rescinded to be replaced by NAVAIRINST 4200.56. NAVSUP-WSS is continuing to operate under NAVAIRINST 4200.25D until final review of NAVAIRINST 4200.56 is complete. Copies of NAVAIRINST 4200.25D can be found on: http://www.ihs.com/products/industry-standards/org/navy/list/index.aspx The units to be repaired and/or overhauled 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. All responsible sources interested in becoming a Navy approved source for the repair/overhaul of the above listed items are requested to provide a written summary (Five (5) page limit) of information concerning their technical certifications/qualifications, capabilities, facilities, equipment, experience (both domestic and with foreign militaries, if applicable) and corporate background. Vendors shall also list the Company Name, Cage Code, Point of Contact – with phone number, and which components you are interested in repairing/overhauling. Explain how your company has the technical capacity to perform the necessary repairs as the prime contractor and/or any key subcontracts and/or partnerships that you intend to use to meet the scope of this requirement. Vendors shall also indicate whether they are a large, small, small disadvantaged, 8(a), HUBZone small business, veteran-owned small business, service-disabled veteran-owned small business or women-owned small business. BASED ON THE RESPONSES TO THIS NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Notice by 3 November 2021 All responses under this Notice must be emailed to Michael.c.belcher.civ@navy.mil Mailing address: NAVSUP-WSS Attn: Michael C Belcher Building 1 700 Robbins Ave Philadelphia, PA 19111
Attachments / Links:
Document | Size | Updated date | Download |
---|
Contact Information:
PHILADELPHIA 700 ROBBINS AVENUE
PHILADELPHIA , PA 19111-5098
USA
Primary Point of Contacts:Michael.c.belcher.civ@navy.mil