Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

Annual Synopsis of Repair BOA N00383-14-G-001D with Honeywell International Inc., Defense & Space, Tempe AZ and additional Honeywell repair facilities located in Tucson AZ, Phoenix AZ, Torrance CA, Clearwater FL, and Rocky Mount NC.

Expired
N00383-14-G-001DFederal
General Info

Agency

Department Of Defense → Navsup Weapon Systems Support

View Agency

NAICS

336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing

View NAICS

Place of Performance

Honeywell International Inc. Defense & Space 1300 West Warner Road, TEMPE, AZ, 85284-2896, USA

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseClosed
Posted

Presolicitation

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Defense → Navsup Weapon Systems Support
Contacts1 person available
OfficePHILADELPHIA, PA, 19111-5098, USA
Organization / Agency
Department Of Defense → Navsup Weapon Systems Support
View Agency Profile
Office Address

PHILADELPHIA, PA, 19111-5098, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
This is the annual synopsis of Repair BOA N00383-14-G-001D with Honeywell International Inc., Defense & Space, Tempe AZ and serves as the pre-solicitation synopsis notice for all repair orders issued by NAVSUP WSS for the period from establishment of the BOA (estimated 30 Nov 2013) for one year for evaluation and repair of various repair components of the F/A-18, V-22, P-3, E2/C2, H-60 & T56 engine weapons systems. A representative sample of the types of items covered under this Annual Synopsis is as follows: NIIN 01-487-3403, Shaft Driven Compressor, P/N 2210180-6-1, est qty 125 ea NIIN 01-224-4882, Starter, P/N 3505412-5-1, est qty 120 ea NIIN 01-232-9009, Turbine, P/N 581890-4-2, est qty 83 ea NIIN 01-477-7389, Air Flow Multiplier, P/N 2215790-2-2, est qty 30 ea NIIN 01-534-2182, 12 Ton Evap Unit, P/N 2204350-1-1, est qty 20 ea NIIN 01-464-8896, 15 Ton Evap Unit, P/N 2215530-3-1, est qty 14 ea A complete list of potential repairable items for which orders may be placed under this NAVSUP WSS BOA can be obtained upon request form the listed point of contact. Orders issued under the BOA and pursuant to this synopsis notice will be issued pursuant to 10 USC 2304(c)(1). The items contemplated for procurement of repair require Govt 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 previously approved by the Govt will be solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit the information detailed in the NAVSUP WSS Source Approval Information Brochure for Repair, which can be obtained by calling (215) 697-4243 or is available online at https://www.neco.navy.mil/sarr.aspx Offers recvd failing to provide all data required will not be considered for award under this soliciatation. If evaluation of a source approval request submitted hereunder cannot be processed in time to meet govt requirements, award of the subject requirement may continue based on Fleet support needs.

Similar Contracts

NAICS: 336413
New
Federal

LIGHT, COCKPIT, AIRCR

The contract involves the procurement of 51 cockpit lights for aircraft, identified under NSN/Part Number 6220-01-361-4713, with a delivery schedule set for 161 days after the date of order. This solicitation, issued by the Defense Logistics Agency (DLA) through the ASC Commodities Division, mandates compliance with various quality, technical, packaging, and inspection requirements as outlined in the DLA Master List of Technical and Quality Requirements. It also includes higher-level tailored quality requirements, physical identification standards, and specific inspection and acceptance protocols at the origin location in New Cumberland. Significantly, this contract requires adherence to strict cybersecurity standards, including Cybersecurity Maturity Model Certification (CMMC) Level 2 assessment requirements, both self-assessment and third-party certification, to ensure protection of covered defense information. Additionally, the contract controls the handling and export of technical data subject to International Traffic in Arms Regulations (ITAR) and Export Administration Regulations (EAR), restricting data access to contractors with approved certifications and completed mandatory training. Export control measures are rigorously enforced due to the sensitive nature of the technical data involved. The point of contact for the solicitation is Berkeley Vaughan, and the solicitation's response deadline is set within a week of posting.

ASC COMMODITIES DIVISION

POSTED

about 8 hours ago

DEADLINE

in 8 days

View Details
NAICS: 336413
New
Federal

SHAFT ASSEMBLY, BELL

This contract covers the procurement of a shaft assembly, designated as a bell assembly, with part number 114C1217-1, intended for critical application use by The Boeing Company and Jaco Engineering. The purchase order calls for a quantity of five units, delivered within 161 days from the date of award. The contract specifies stringent quality and technical requirements as outlined in the Defense Logistics Agency (DLA) Master List of Technical and Quality Requirements, with applicable standards including ISO 9001:2015 and MIL-STD sampling methods. Cybersecurity measures require a CMMC Level 2 self-assessment, and all packaging and marking must comply with MIL-STD-2073-1E and MIL-STD-129 respectively. Inspection and acceptance are to occur at the destination. The contract also includes detailed provisions for product identification and marking, emphasizing the removal of government identification on non-accepted supplies and specifying the allowance for non-unique item identification per the service customer’s request. Sample inspection follows MIL-STD-1916 or equivalent zero-based sampling plans with strict quality control levels for critical, major, and minor attributes. Delivery terms are FOB origin with zero quantity variance allowed. The procurement is managed through the Department of Defense’s ASC Supplier Operations OEM Division, with the place of performance in New Cumberland, PA. The primary point of contact is Yvonne Jackson-Dias, facilitating communication and clarifications related to the contract.

ASC SUPPLIER OPER OEM DIVISION

POSTED

about 8 hours ago

DEADLINE

in 8 days

View Details