SOLICITATION NOTICE
15 -- 15--TANK,FUEL,AIRCRAFT - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
- Notice Date
- 7/11/2025 6:41:31 AM
- Notice Type
- Presolicitation
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
- ZIP Code
- 19111-5098
- Solicitation Number
- N0038325RH251
- Response Due
- 8/25/2025 9:00:00 PM
- Archive Date
- 09/10/2025
- Point of Contact
- JOSE MONTES, N722.18, PHONE (215)697-2558, FAX (215)697-0491, EMAIL JOSE.F.MONTESMONTIEL.CIV@US.NAVY.MIL
- E-Mail Address
-
JOSE.F.MONTESMONTIEL.CIV@US.NAVY.MIL
(JOSE.F.MONTESMONTIEL.CIV@US.NAVY.MIL)
- Description
- NSN 7R-1560-014554868-QE, TDP VER 005, QTY 10 EA, DELIVERY FOB ORIGIN. This is strictly an overhaul requirement that will be solicited sole source to Meggitt (Rockmart) Inc (56221). Meggitt is the only source that has the tooling and jigs needed to perform this extensive overhaul of the subject items. The Navy does not currently have in its possession sufficient rights to data, supporting test equipment, and/or associated specifications required for full and open competition. Furthermore, while general repair work would be competed on a limited basis due to criticality, this is strictly overhaul work that is sole source to Meggitt. NAVSUP-WSS must procure the items from Meggitt. The latest configuration of NIINs 014554868 and 015317578 have been checked and all records have been properly aligned, identified, and documented. These items have been deemed Critical Safety Items, thus limiting qualified sources. Per JDRS Meggitt (Rockmart) Inc (56221) is the only approved source that can overhaul these items at this time. The data necessary to solicit the overhaul of these items from sources other than Meggitt (Rockmart) Inc (56221) is not physically available and is uneconomical to obtain. These parts require engineering source approval by the design control activity in order to maintain the quality of the parts. Existing unique design capability, engineering skills, and overhaul knowledge by the qualified source(s) require acquisition/repair of the parts from the approved source(s). The approved source(s) retain data rights, overhaul knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the parts. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the parts in the intended application. The subject items require Government source approval prior to contract award, as the items are flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for these items have been 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 one of the NAVSUP Weapon Systems Support (NAVSUP WSS)Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ Technical data required to be submitted based on your company's experience in production of the same or similar items, or if these are items you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which 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 continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: ""https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/"" Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle Stock Point (DODSSP) at Document Automation and Production Service(DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion ofthe Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b0db000cb8034dc2a56a84112be38f02/view)
- Record
- SN07506841-F 20250713/250711230043 (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 |