Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2016 FBO #5249
SOURCES SOUGHT

66 -- Standby Compass Calibration Set

Notice Date
4/5/2016
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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
N68335-16-RFI-0231
 
Archive Date
5/10/2016
 
Point of Contact
Danielle DiLorenzo, Phone: 732-323-7067, Stefanie Sohosky, Phone: 732-323-4757
 
E-Mail Address
danielle.dilorenzo@navy.mil, stefanie.sohosky@navy.mil
(danielle.dilorenzo@navy.mil, stefanie.sohosky@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION PURSUANT TO Federal Acquisition Regulation (FAR) 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated request for proposal that may be issued. BACKGROUND/PURPOSE The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst P-8A Support Equipment team, under the PMA-290, P-8 Industrial Capability Program, is soliciting information and comments from industry on its ability to provide a Standby Compass Calibration (SCC) Set. The SSC Set is used to calibrate an aircraft standby compass without physically rotating the aircraft. The SSC eliminates the need for conventional airborne or ground swinging processes, allowing the standby compass to be calibrated more rapidly and inexpensively. The SSC Set consists of a Master Compass, Tripod, Turntable and the Standby Compass Calibrator. TECHNICAL REQUIREMENTS • Specification Accuracy of ± 2º on any heading • Ambient Field Range -65º to +85º • Weight 2 lb • Increment measurements every 5º • Calibration: Manually adjusted during ‘Compass Swing' operation up to 25º correction. Self-calibrated with a Master Magnetic Compass and misalignment adjustment range of ±2º • Calibrates standby compass without physically rotating the aircraft • Bracket size 2.375 X 2.375 inch to mount on the aircrafts face standby compass • Meets MIL-C-27224, Type AQU-3/A ADDITIONAL INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Respondents shall include product specifications with submission. Product specification, sketches, or listings of authorized distributors will not count as part of the page limitation. At a minimum, respondents must address the following: (1) Company name and address; (2) Company point of contact including email address and phone number; (3) company's business size (specifically identify if 8A, WOSB, etc., if applicable) and list of North American Industry Classification System (NAICS) codes under which goods and services are provided; (4) substantiating support addressing the company's capability and experience with similar efforts. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the requirement of this RFI, as well as, identification of long lead item(s), sub-system(s), or system(s). Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts point of contact identified below. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website: www.fbo.gov. It is the potential vendor'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/N68335-16-RFI-0231/listing.html)
 
Record
SN04074515-W 20160407/160405235643-8eb70523a0642559db3039d2e602c724 (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.