Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2025 SAM #8635
SOLICITATION NOTICE

15 -- Pre-Solicitation Synopsis: Intent to Award Indefinite-Delivery Long-Term Contract providing repair and spare coverage for critical F/A-18 E-F Super Hornet and EA-18G Growler airframe components.

Notice Date
7/16/2025 12:26:48 PM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038325Y0037
 
Response Due
7/30/2025 9:00:00 PM
 
Archive Date
07/31/2025
 
Point of Contact
Tara R. Hartung 771-229-0458
 
E-Mail Address
tara.r.hartung.civ@us.navy.mil
(tara.r.hartung.civ@us.navy.mil)
 
Description
The Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS) Philadelphia, intends to establish an Indefinite-Delivery Long-Term Contract for the repair and procurement of spare components pertaining to the F/A-18 E-F Super Hornet and EA-18G Growler. The contemplated LTC will have a five (5) year base period and one (1) five-year option period, for a potential total contract period of ten (10) years. This vehicle will facilitate the issuance of future delivery orders and/or task orders for the identified items (see attachment). Sole Source Justification: The Government intends to solicit and negotiate with only one source, The Boeing Company (Cage 0PXV4) under the authority of 10 U.S.C. 3204 (a)(1), as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Intellectual Property (IP) and Exclusivity: The Boeing Company (Cage 0PXV4) maintains exclusive ownership of the intellectual property (IP) required to manufacture and repair these components. This includes, but is not limited to, proprietary software, engineering and manufacturing processes, Contractor Furnished Equipment (CFE), and specialized tooling. This exclusive ownership significantly restricts competition to only those sources that have been formally approved by the Navy Design Agent Authority. Criticality, Navy Design Agent Approval, and Quality Requirements: Due to the criticality designation of the identified items (National Stock Numbers (NSNs) identified have been designated as critical safety items), all interested sources must be formally approved by the Navy Design Agent Authority to be eligible for award under these vehicles. This strict requirement is essential to ensure the continued airworthiness, safety, and operational readiness of Navy aircraft. Furthermore, interested sources will be required to comply with Higher-Level Contract Quality Requirements in accordance with Federal Acquisition Regulation (FAR) 52.246-11, Higher-Level Contract Quality Requirement. While interested sources are invited to submit a Source Approval Request (SAR) package, it is imperative to note that due to the Fleet�s urgent need for the subject repair or spare efforts, the time required for approval of a new source is normally such that the contemplated award cannot be delayed pending the approval of a new source. Submission of a SAR, however, may enable an interested firm to become an approved source for future procurements. If you are not currently an approved source, you must submit the information detailed in the NAVSUP-WSS Source Approval Information Brochure. Additional information for submitting a Source Approval Request package can be obtained at: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Business-Opps/ Government Discretion and No Delay: 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. Source Approval is required for eligibility. NAVSUP WSS will not delay award while Source Approval is pending. Trade Agreements Act Applicability: One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. THIS IS NOT A SOLICITATION. This pre-solicitation synopsis is for informational purposes only and does not constitute a request for proposals or offers. The Government is not soliciting offers at this time. However, interested parties who believe they possess the necessary capabilities and are an approved source, or believe they can become an approved source in a timeframe that would not delay this procurement, are invited to submit a statement of capabilities to the Contracting Officer identified by the specified Response Date. Responses to this synopsis will be used for informational purposes only and will not be considered as offers. Any information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A solicitation, if issued, will be announced separately on SAM.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a2967cee2e6b4861917b5341c3c7ed22/view)
 
Record
SN07511716-F 20250718/250716230048 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.