15--Keystone Performance Based Contract for F-18 Support

expired opportunity(Expired)
From: Federal Government(Federal)
N0038319KYSTN

Basic Details

started - 01 Feb, 2019 (about 5 years ago)

Start Date

01 Feb, 2019 (about 5 years ago)
due - 08 Feb, 2019 (about 5 years ago)

Due Date

08 Feb, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
N0038319KYSTN

Identifier

N0038319KYSTN
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (709016)DEPT OF THE NAVY (156966)NAVSUP (79146)NAVSUP WEAPON SYSTEMS SUPPORT (58863)NAVSUP WSS PHILADELPHIA (26795)NAVSUP WEAPON SYSTEMS SUPPORT (58863)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia is seeking eligible contractors to provide comprehensive and holistic engineering, supply and technical support via a performance based contract in support of various weapon systems installed on the F-18 E/F Super Hornet and EA-18G Growler for a period of five (5) years with the potential for option periods, not to exceed an additional five (5) years. The prospective contractor will be required to assist the Naval Aviation Enterprise reach its goal of achieving additional mission capable aircraft and meet the required mission capable rate. The contractor will be required to provide integrated supply chain management, including management of organic depot and commercial suppliers, material management, configuration management, obsolescence management, engineering support and sustainment elements, packaging, storage, field support and reliability improvements for the covered items and systems. In addition to providing innovative
supply chain solutions, the contractor will be required to decrease backorders while also delivering material in accordance with established metrics. The numerous F-18 E/F/G systems covered under this requirement are a combination of avionics and structural components, including, but not limited to, the Advanced Targeting Forward Looking Radar, Generator Converter Unit, Bleed Air Valve, Canopy, APG-73 Radar, Arresting Gear, Environmental Systems Regulator, Environmental Systems Control, Environmental Systems Valve, Airframe Mounted Accessory Drive, , Cabin Pressurization Regulator, Flight Control Set, Composite Repair Kit, ACS Refrigeration, Multifunctional Information Distribution Systems (USQ-140 MIDS), Joint Helmet Mounting Cueing System (JHMCS), Hydraulic Servo cylinder, Primary Pressure Regulating Shutoff Valve, Engine Bay Door, and APX-111. The covered F-18 E/F/G items may also potentially include Flight Control Surfaces. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1 for Integrated Performance Based support for the items listed within the file attached to this notice. All responsible sources may identify their interest and provide capability statements in response to this notice. Eligible contractors shall provide a submission to Susan.Stein@navy.mil or Ismael.Gaytan@navy.mil no later than 08 FEB 2019 that includes: 1) Company Name and Cage Code 2) Describe whether your company is capable of providing performance based repair, manufacturing and logistics capability in support of this effort for all NSNs included within this notice 3) Is your company a Small Business? If so, what type of Small Business? 4) Company POC This notice of intent is not a request for competitive proposals. However, all responses received by 08 FEB 2019 will be considered by the Government. Source Approval is required for all items. NAVSUP WSS may not delay award while Source Approval is pending. The time required for approval of a new sources 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 response, the information detailed in the NAVSUP-WSS Source Approval Information Brochure for Repair. Additional information for submitting a Source Approval Request Package can be obtained at: https://www.navsup.navy.mil/public/navsup/wss/business_opps/. Questions or comments regarding this notice may be addressed to Ismael Gaytan or Susan Stein by e-mail.

St. Louis, MO, St. Louis, MO 63134 USLocation

Place Of Performance : St. Louis, MO, St. Louis, MO 63134 US

Country : United States

Classification

336 -- Transportation Equipment Manufacturing/336411 -- Aircraft Manufacturing
naicsCode 336411Aircraft Manufacturing
pscCode 15Airframe Structural Components