Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

6115 - Five year Basic Ordering Agreement for the repair of the G4 Generator Conversion Unit

Process Number N0038322R106H

USA

Dates:


Notice ID:

N0038322R106H

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

NAVSUP WEAPON SYSTEMS SUPPORT

Office:

NAVSUP WEAPON SYSTEMS SUPPORT

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

jan 28, 2022 12:00 am est

Inactive Policy:

manual

Original Inactive Date:

jan 31, 2022

Initiative:
  • None***--***

Classification:


Product Service Code:

6115 - generators and generator sets, electrical

NAICS Code:

335312 - motor and generator manufacturing

Description:


Original Set Aside:

This serves as the pre-solicitation synopsis for a five year Basic Ordering Agreement (BOA) for the repair of the G4 Generator Conversion Unit (GCU). See attachment for list of items to be repaired. These items are sole source to GE Aviation Systems, CAGE 07639. 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, proposal, or quotation, which shall be considered by the agency. For any questions concerning this notice, contact the PCO, Mackenzie Cannataro at (215)-697-0288. The Government intends 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 spare 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 listing of items is attached to this notice. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations, or capability statements. Eligible contractors shall provide a submission to mackenzie.cannataro@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 necessary 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 activitys procedures, as approved by the cognizant Government engineering activity. The subject items require Government source approval prior to contract award. Only the source previously approved by the Government for repair of these items will be solicited. 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 companys 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, submit with your offer a copy of the cover letter than forwarded 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 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 may contribute based on Fleet support needs. This notice of intent is not a request for competitive proposals. All proposals received within 45 days after date of publication of this synopsis will be considered by the Government. Questions or comments regarding this notice may be addressed to Mackenzie Cannataro either by e-mail at mackenzie.cannataro@navy.mil or by phone at (215)-697-0288.

Attachments / Links:


Document Size Updated date Download

Contact Information:


PHILADELPHIA 700 ROBBINS AVENUE

PHILADELPHIA , PA 19111-5098

USA

Primary Point of Contacts:

Mackenzie Cannataro 2156970288