16–Motor Driven Turbo

The U.S. Government intends to award a sole source contract for 4 units of NSN 7R-1680-01-642-2770 under the authority of FAR 6.302-1. The procurement is not using FAR Part 12 procedures and will be FOB Origin.

Solicitation Description

NSN 7R-1680-016422770-P8, TDP VER 001, QTY 4 EA, DELIVERY FOB ORIGIN. Interested parties may obtain copies of Military and Federal Specificationsand 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 ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. 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, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate 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 of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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 tothe contracting officer their interest and capability to satisfy theGovernment’s requirement with a commercial item within 15 days of this notice.

Solicitation in a Nutshell

Item

Details

Agency Department of Navy
Solicitation Number N0038325QH120
Status Pre-RFP
Solicitation Date 02/05/2025
Award Date 12/2024 (Estimate)
Contract Ceiling Value $10,000,000
Competition Type Sole Source
Type of Award Other
Primary Requirement Miscellaneous Aircraft Accessories and Components
Duration N/A
Contract Type N/A
No. of Expected Awards N/A
NAICS Code(s): N/A
Place of Performance:
  • United States
Opportunity Website: https://sam.gov/opp/1f9367273a9542568c2ac763fa3e9241/view

16–Motor Driven Turbo Background

N/A

16–Motor Driven Turbo Requirements

N/A

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.