SOLICITATION NOTICE
49 -- P-8 Ground Support and Test Equipment
- Notice Date
- 4/30/2025 8:27:13 AM
- Notice Type
- Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N68335-25-R-0409
- Response Due
- 6/15/2025 9:00:00 AM
- Archive Date
- 06/30/2025
- Point of Contact
- Sheila Battaglia, Phone: 7323234045
- E-Mail Address
-
sheila.l.battaglia.civ@us.navy.mil
(sheila.l.battaglia.civ@us.navy.mil)
- Description
- The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ intends to solicit, negotiate, and award a sole-source contract with Industrial Automation (CAGE: 053H3) to procure the support equipment listed below. The Original Equipment Manufacturer (OEM), Boeing is the original equipment designer and developer, and is not willing to sell its data to the Government for use in competitive bidding. Boeing has a 3rd party licensing agreement in which the above PSE can only be obtained from Boeing's authorized manufacturer, Industrial Automation. Industrial Automation is the only authorized vendor for Boeing owned support equipment. P/N GSE809-242A6010-3-STE; NSN 5995-01-657-2846; Ground Support Equipment Software Load Cable Stores; QTY 5; P/N GSE809-242A6010-4-STE; NSN 5995-01-657-4357; Ground Support Equipment Software Load Cable Stores; QTY 5; P/N MC280005-1; NSN 4920-01-609-9427; Test Equipment - Aerial Refuel System; QTY 4; P/N MC280006-185; NSN 4920-01-693-3807; Pressure Test Equipment - Aerial Refuel; QTY 4; P/N MC520002-45; NSN 4920-01-618-3359; Handling EQPT Removal/Instl, Forward Cargo Door; QTY 2; P/N MC520009-1; NSN 5930-01-699-8887; Test Equipment - Weapons Bay Doors, Proximity Sensor Rigging; QTY 4; P/N C10004-2, LL-ERH-1056; Protective Cover; QTY 40; P/N 52561906; NSN 4920-01-680-5905; ARC-210 Direct Load Cable Group; QTY 2 The Government intends to procure the above services under the statutory authority of Title 10 U.S.C. Section 2304(c)(1) as implemented by the Federal Acquisition Regulation (FAR) Section 6.302-1, only one responsible source. FAR 6.302-1(a)(2)(iii)(A) states services may be deemed to be available only from one responsible source when it is likely that award to any other source would result in a substantial duplication of cost to the Government that is not expected to be recovered through competition. THIS IS NOT A REQUEST FOR PROPOSAL. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. No contract will be awarded on the basis of offers received in response to this notice. All inquiries and concerns must be addressed to the procurement specialist, Ms. Sheila Battaglia at sheila.l.battaglia.civ@us.navy.mil. Responses to this notice must be submitted by 15 June 2024. A determination not to compete this requirement is within the discretion of the Government. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in a future competition.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/917faf31a2f842f08f46605de0849f37/view)
- Place of Performance
- Address: Lakehurst, NJ, USA
- Country: USA
- Country: USA
- Record
- SN07426710-F 20250502/250430230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |