Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2017 FBO #5747
SOURCES SOUGHT

99 -- Machining Services

Notice Date
8/16/2017
 
Notice Type
Sources Sought
 
NAICS
332721 — Precision Turned Product 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
N68335-17-RFI-0405B
 
Archive Date
10/7/2017
 
Point of Contact
Jillian J Kohler, Phone: 732-323-4589
 
E-Mail Address
jillian.kohler@navy.mil
(jillian.kohler@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command is issuing this Sources Sought synopsis for a requirement for manufacturing support services for machining of the Navy's Aircraft Launch, Recovery (ALRE) and Support Equipment (SE) under NAICS Code 336412, Aircraft Engine and Engine Parts Manufacturing, 336413, Other Aircraft Parts, and 332721, Precision Machining. This Sources Sought is being used as a market research tool pursuant to FAR Part 10 to determine potential sources and their business size. The Government is not obligated and will not pay for any information received from potential sources as a result of this notice. The prospective contract(s) will be for the machining, inspection, assembly, testing, and preservation of various ALRE and SE components. The Contractor will provide facilities, labor, material, and arrange for outside services, in accordance with drawing and/or overhaul procedure/unit provided and ensure items are in a Ready For Issue (RFI) condition. The contractor shall accomplish 100% inspection and/or testing of all critical, major, and minor dimensions and/or requirements identified in the drawings, drawing notes, and process and fabrication specifications. Results shall consist of actual dimensions, measurements, and test outcomes and shall be recorded and included in the First Article test report if one is required. The contractor shall have available for review all certifications, test reports, in-process inspection documents needed to substantiate product quality to include milling and material certifications. Unless otherwise specified, attributes for plating, hardness, and non-destructive testing shall be inspected 100%. The turn-around time for machining services will be dependent upon complexity and quantities ordered. No promise of a contract award is implied and contractors are not being asked to submit cost proposals. Rather this notice requests capabilities information that illustrates sources can successfully perform this anticipated effort, either directly or through teaming arrangements. Direction to company websites and vague statements of capability are not encouraged. It is desired that interested firms possess the following approvals, certifications, and/or capabilities: 1. Contractor must have a Quality Planning and Process Control certified in ISO 9001:2008 Standards and utilize state of the art inspection equipment including Coordinate Measuring Machine (CMM) and Laser Trackers for in process and final inspections. 2. Contractor must have multiple 5 axis machining centers in both horizontal and vertical that can accommodate parts up to 56 feet long, 15 feet wide and 7 feet tall, holding tolerance less than or within.0001". 3. Contractor must have multiple CNC turning centers with capacity ranging from 145 inches in diameter by 118 inches tall to 40 inches in diameter by 120 inches in length. RESPONSE DEADLINE: Interested sources should submit an unclassified capability package by containing: 1. Company name and address; 2. Company point of contact including email address and phone number; 3. Company's business size and list of North American Industry Classification System (NAICS) codes under which goods and services are provided; 4. Specifics addressing the company's capability and experience with tasking listed above; 5. Potential teaming arrangements; 6. Related past performance; and 7. General corporate information. The total submission should not exceed 10 pages. Please note that contractors must be registered in the System for Award Management (SAM) database to be eligible for contract award or payment from any DOD activity. Information on registering and annual confirmation requirements may be obtained by accessing the SAM web site at http://www.sam.gov/. Responses to this Sources Sought notice are requested not later than 1PM, EST on 22 September 2017. Responses should be submitted electronically via Email to Jillian Kohler, Contract Specialist, at Email jillian.kohler@navy.mil with 'SS- N68335-17-RFI-0405' in the subject line of the email. Alternatively, responses may be submitted via common carrier such as FEDEX, UPS, or USPS by sending a hard copy to the following address: Naval Air Warfare Center Aircraft Division, Bldg 120-207, Highway 547, Lakehurst, NJ 08733, Attn: Ms. Jillian Kohler. PLEASE NOTE: If you choose to submit your capability package via common carrier, sufficient time should be allowed to make sure it arrives at the above designated receipt location before close of business on the due date. Phone and faxed responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-RFI-0405B/listing.html)
 
Record
SN04633097-W 20170818/170816233404-927b9f89a32a6bcc4b097618ebe1078c (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.