Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2010 FBO #3288
SOURCES SOUGHT

17 -- RFI for V-22 Tiedowns, Critical Safety Item

Notice Date
11/23/2010
 
Notice Type
Sources Sought
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-11-R-0046
 
Archive Date
12/18/2010
 
Point of Contact
Suzanne L. Tilton, Phone: 7323237436, Angela K Wilcox, Phone: 732-323-4573
 
E-Mail Address
suzanne.tilton@navy.mil, angela.wilcox@navy.mil
(suzanne.tilton@navy.mil, angela.wilcox@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD), Lakehurst, NJ, is conducting a market survey of Industry via this Request for Information (RFI) to determine potential interested sources who have the qualifications, skills, experience and knowledge required to successfully and safely fabricate, test and manufacture Tiedown Assemblies, Part Number 1540AS100-3, for the V-22 Osprey Aircraft, for both the Marines (MV) and the Air Force (CV). NAWCAD intends to use the information provided in response to this RFI to aid in refining its acquisition strategy. This is intended to be a limited competition between Small Businesses who are Critical Safety Item (CSI) qualified. The solicitation will be for a single award of a Firm-Fixed-Price, Indefinite Delivery Indefinite Quantity type of contract, to be synopsized approximately in February 2011, with a minimum quantity order, and then quantities for three and a half additional years. The Tiedown Assembly is a Critical Safety Item (CSI) and requires contractors to be CSI qualified to submit a proposal uner the anticipated solicitation. Contractors who are not already an approved CSI source can obtain information about the approval process from the Naval Inventory Control Point Philadelphia Source Approval Information Brochure, available at https://www.neco.navy.mil/sar.aspx. Questions about the approval process should be directed to Mr. John Lambert, Phone 215-697-1236, john.v.lambert@navy.mil. RELEASE OF TECHNICAL DATA PACKAGE INFORMATION: The drawings for the Tiedown Assembly will NOT be posted with the solicitation and must be obtained through this office. They will not be made available for the purposes of this RFI. This program includes information that has been designated as "Distribution D" and is only releasable to current and approved Department of Defense (DoD) contractors. In addition, the program requires a procurement effort in certain critical technologies/data that are not releasable to foreign firms. Some documents are under Federal export control for "sensitive" or "controlled" technologies regulated by the U.S. Department of State International Traffic in Arms Regulations (ITAR) protecting national security. Data may not be exported without an approval, authorization, or license under E.O. 12470 or the Arms Export Control Act. Disclosure of the control drawings requires the verification of a current license for the oral, visual or documentary disclosure of technical data by U.S. persons to foreign persons as defined under the U.S. Department website: http://pmdtc.org/licenses.htm. The drawings for the Tiedown Assembly are export controlled. Contractors interested in receiving the necessary technical data for proposal purposes, must submit a valid DD Form 2345 Military Critical Technical Data Agreement to this office. The DD Form 2345 must be on file with the United States/Canada Joint Certification Office. To file a DD Form 2345, please visit the DLIS website at www.dlis.dla.mil/jcp/, or contact them at 1-800-352-3572. This website will provide all necessary information concerning certification under the Joint Certification Program. IMPORTANT INFORMATION: Registration in the Department of Defense DoD Central Offeror Registration (CCR) database will be a prerequisite for receiving an award. For more information on the CCR, refer to the CCR website at http://ccr.gov/index.cfm. RFI Content: Any written response to this RFI is requested to be limited to no more than 25 pages (letter size) in length, single-spaced, 12 point font minimum. It is to demonstrate the offeror's ability to fabricate, test and manufacture Tiedown Assemblies, Part Number 1540AS100-3 and demonstrating their CSI qualification or intention and plan to become CSI qualified. If the material provided contains proprietary information, please mark and identify disposition instructions (submitted data will not be returned). The response should include, but is not limited to, the following: a) A one page company profile to include Small Business Administration (SBA) business size classification, number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement of whether your interest in this RFI is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. Identify current CSI qualification and DD Form 2345 Military Critical Technical Data Agreement status. b) A description of the company's past experience and performance in supplying V-22 Tiedown assemblies. This documentation shall address through prior and/or current experience the following: (1) fabrication, test and manufacture of tiedown assemblies (2) testing requirements (3) ability to meet testing and delivery schedules (4) program management. c) Any other technical information the company deems necessary to aid the Government in making an informed assessment such as resources available, corporate management, facilities, planning, coordinating and conducting tests such as first article and qualification testing. Submission Information: Written responses and comments to the RFI are requested to be submitted no later than 4:00 PM (EST) on 03 December 2010 to: NAWCAD Lakehurst, Attn: Suzanne Tilton, AIR 2.5.2.2.2, Route 547 B562-3, Lakehurst, NJ 08733. Electronic responses are recommended and encouraged and should be submitted to the following email address: suzanne.tilton@navy.mil. THIS RFI IS REQUESTING INFORMATION ONLY. IT IS NOT A REQUEST FOR PROPOSAL. The government will not provide a response to any information received. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this RFI. This RFI is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. If a solicitation is released it will be synopsized on the Federal Business Opportunities website located at http://www.fbo.gov/. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-R-0046/listing.html)
 
Record
SN02332575-W 20101125/101123234233-9cc6c8d3e54b0c4edf4d4af402d41ca2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.