Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N6833521R0300
The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, New Jersey, intends to competitively procure the manufacture, assembly, inspection, and delivery of twenty-eight (28) distinct types ...
The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, New Jersey, intends to competitively procure the manufacture, assembly, inspection, and delivery of twenty-eight (28) distinct types of Peculiar (PSE) and Common (CSE) Support Equipment for the V-22 Aircraft. PART NUMBER / NOMENCLATURE *901-220-948-103 / STAND, HUB AND BLADE ASSEMBLY- ** Added to Requirement** 901-236-020-101 / WHEEL TOOL SET 3785AS100-1 / MLG SERVICING PANEL 901-236-015-101 / MLG CYCLING FIXTURE 901-210-043-101 / SWASHEPLATE ELASTOMERIC BEARING TOOL SET 4026AS306-1 / NLG CYCLING FIXTURE 901-220-934-101 / SLING BLADE INVERTED Y 901-220-926-103 / TRAILER ADAPTER, APU 901-244-081-101 / TOOL SET AIRCRAFT, MAINT PRGB SEAL R&R 18E11604-1 / K-FITTING LOCATING FIXURE 18D11879-1 / K-FITTING COLD WORK SET 901-215-063-101 / BLADE BOLT REMOVAL INSTALL SET 901-240-103-101 / Remove/Install Set, Gearbox Seals 901-220-916-103 / Sling Assy, PR/Blade 901-220-909-103 / Adapter, Trailer, Proprotor Gearbox 901-220-924-103 / Adapter, Trailer, Tiltaxis Gearbox 901-236-010-201 / Handling Adapter, Main Landing Gear 901-201-007-101 / Check Fixture, CCPT. 901-220-958-103 / PRGB/TAGB Sling Assy 901-220-901-103 / Installation-Remover Assembly, Engine (VEIRA) 901-220-951-101 / Actuator, Proprotor Hub Pitch Change 901-220-935-101 / Adapter, Trailer, Swashplate/Pendulum 901-220-929-103 / Wing Support Adapter Set 901-232-001-101 / EDDY CURRENT PROBE SET 4026AS326-1 / LANDING GEARBOX TEST SET 901-275-903-103 / CABLE ASSEMBLY, BLADE FOLD POWER 901-275-600-101 / Tracker, Optical, Proprotor Blade 4026AS328-1 / EELS (Test Panel V-22 EELS) The intention is to competitively award this requirement as a 100% Small Business Set-aside. A five-year Indefinite Delivery Indefinite Quantity (IDIQ) fixed priced contract is anticipated with a maximum ordering quantity of . Foreign military sales (FMS) are anticipated to be included in this quantity. Delivery will be F.O.B. Destination for domestic and F.O.B Origin for FMS. Award will be made to the responsible small business whose proposal is technically acceptable with acceptable past performance, in full compliance to all other requirements set forth in the solicitation and the lowest priced. The Government will release the solicitation, including any subsequent amendments, on the betaSAM.gov website. No telephone or written requests for the solicitation will be accepted. Amendments to the solicitation, if issued, will be posted to the same website. After solicitation release, vendors should regularly access the website to ensure they have all the amendments. The point of contact for this effort is Kimberley Bock, Contract Specialist, Kimberley.bock@navy.mil. IMPORTANT INFORMATION: Offerors will be required to submit a DD2345, Military Critical Technical Data Agreement, to obtain a copy of the drawings that will be associated with the solicitation. Registration in the Department of Defense DoD System for Award Management (SAM) database will be a prerequisite for receiving an award. For more information on the SAM, refer to the SAM website at https://www.sam.gov/portal/public/SAM. THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for administrative purposes only. It does not constitute a solicitation for bid or proposals, and should not be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.