Federal Bid

Last Updated on 16 Feb 2019 at 9 AM
Sources Sought
Patuxent river Maryland

ECP 6227C3 "Final Critical Safety Items (CSI) Piece Parts"

Solicitation ID 22004-19
Posted Date 17 Jan 2019 at 7 PM
Archive Date 16 Feb 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Patuxent river Maryland United states 20670
DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.  It is a market research tool being used to determine potential and eligible small business firms capable of providing the supplies and/or services described herein prior to determining the method of acquisition and issuance of 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. 

INTRODUCTION

This Sources Sought notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement 206.302-1(d). The Naval Air Systems Command (NAVAIR) intends to award a sole source Firm Fixed Price
contract to The Northrop Grumman Company (NGC- Cage Code 76823) of El Segundo, California for the procurement of requirements in accordance with Engineering Change Proposal 62273, "Final Critical Safety Items (CSI) Piece Parts," doublers, fittings, stiffeners, and shims in order to assemble the final (84) AFC-582 A1 kits. NGC has the unique tooling, capability, resources and expertise required to perform the Government's requirements in an accurate and timely manner.

This acquisition is being pursued on a sole source basis, under the statutory authority of Title 10, U.S.C. Section 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." This notice of intent is not a request for competitive proposals; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. No solicitation will be available for this procurement. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. 

REQUIRED CAPABILITIES

Ability to provide the following part numbers;

74R320099-2099                Doubler                
74R320099-2100                Doubler               
74R320099-2101                Fitting                 
74R320099-2102                 Fitting                 
74R320099-2103                Fitting                 
74R320099-2104                Fitting                 
74R320099-2105                Stiffener               
74R320099-2106                Stiffener               
74R320099-2107                Doubler               
74R320099-2108                Doubler               
74R320099-2109                Stiffener               
74R320099-2110                Stiffener               
74R320099-2111                Doubler               
74R320099-2112                Doubler               
74R326021-2001                Shim                     
74R326021-2003                Shim                    
74A326035-2003                Divider Plate        
74A326035-2004                Divider Plate           
74A320651-2054                Stiffener       
      

SUBMISSION DETAILS

Interested business shall submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to provide the supplies or services listed in the required capabilities described herein. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.

The documentation must address, at a minimum, the following:  Provide the type of work your company has performed in the past 3 years in support of same/similar requirement(s), Cage Code and DUNN's number. Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the required capabilities described herein.

Describe the specific technical capabilities and experience which your company possesses which will ensure capability to perform requirements as outlined in the required capabilities described herein.

The capability statement package shall be sent by mail to AIR-2.2.3 Contracts, Christopher Colyer, Code 2.2.3.3.8, Building 2272, 47123 Buse Road, Suite 453, Patuxent River MD 20670 or by email to [email protected]. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 01 Feb 2019. Questions or comments regarding this notice may be addressed to Christopher Colyer via email at [email protected].


Contracting Office Address:

Building 2272
47123 Buse Road Unit IPT
Patuxent River, Maryland 20670
United States

Place of Performance:

Performance will occur at the Northrop Grumman in El Segundo, CA

Primary Point of Contact:

Christopher Colyer
Contract Specialist
[email protected]

Bid Protests Not Available

Similar Past Bids

Patuxent river Maryland 12 Jul 2017 at 12 PM
Patuxent river Maryland 11 Feb 2019 at 7 PM
Location Unknown 27 Aug 2014 at 9 AM

Similar Opportunities

Minneapolis Minnesota 31 Jul 2025 at 7 PM
Minneapolis Minnesota 15 Jul 2025 at 8 PM
Apo Ap 06 Aug 2025 at 4 AM (estimated)
West haven Connecticut 16 Aug 2025 at 4 AM (estimated)
Melbourne Florida 11 Jul 2025 at 9 PM