Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2017 FBO #5860
SOURCES SOUGHT

29 -- Sources Sought for T-45 F405-RR-401 Engine Equipment

Notice Date
12/7/2017
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134018R0041
 
Response Due
12/28/2017
 
Archive Date
1/12/2018
 
Point of Contact
Michael Glazer
 
E-Mail Address
l.a.glazer@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Introduction: The Naval Air Warfare Center Training Division (NAWCTSD) Orlando, Florida, and Naval Undergraduate Flight Training Systems Program Office (PMA273) are seeking information for potential sources capable of providing the F405-RR-401 engine equipment used by the T-45 Jet Trainer. This market research tool is being used to identify potential and eligible firms of all sizes. Delivery Location: Bristol, UK DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Requirement: This requirement is for the procurement of engine equipment in support of the T-45 engine, to include Dashpot Acceleration Switch (DAS) Modification Retrofit Kits and Peculiar Support Equipment (PSE). Rolls Royce plc is the Original Equipment Manufacturer (OEM) for all engine equipment. The anticipated timeframe for this requirement is as follows - Estimated RFP release: 2nd Quarter FY18 Estimated Award: 3rd Quarter FY18 Period of Performance: Twelve (12) months Eligibility: The applicable NAICS code for this requirement is 336412 with a standard size of 1,500. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Joint ventures or teaming arrangements are acceptable. Submission Details: It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages size 8.5 x 11 inches in length, paginated, single-spaced, and 10 point font minimum) demonstrating ability to perform the services described in the Requirements section of this document. This document must address, at a minimum, the following: 1. What type of work has your company performed in the past in support of the same or similar requirement? 2. Can or has your company managed a task of this nature? If so, please provide details. 3. Can or has your company managed a team of subcontractors. 4. Provide a company profile statement to include number of employees, annual revenue history, office locations, CAGE code, DUNS number. Additionally, state whether your interest in this effort is as a prime offeror or to express interest regarding subcontracting possibilities. If interested as a subcontractor, please indicate the subcontracting capability as it would relate to this requirement under #1 above. 5. Respondents to this notice must indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern based upon the NAICS code 336412. 6. Demonstrate that you have a current contract vehicle or relationship with the OEM, which enables you to deliver this requirement. Your submission shall be submitted by email and received no later than 5:00 PM Eastern Daylight Time (EDT) on 28 December 2017 and reference N61340-17-RFPREQ-PMA-273-0242 on both the email and all enclosed documents to the Contract Specialist, Jarryd Reid, in either Microsoft Word or Portable Document Format (PDF), via email at jarryd.reid@navy.mil with a copy to both Erin Young at erin.b.young@navy.mil, and Michael Glazer at michael.a.glazer@navy.mil. Emails larger than 7MB in size may not be received. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. All responses must include the following information: Company Name; Company Address; Company Business Size, and at least two (2) Points-of-Contact (POC) name, position, phone number, fax number, and e-email address. NOTE: Contractors must be registered in the System for Award Management (SAM) database to be eligible for award and payment from any DOD activity. Information on registration and annual confirmation requirements for SAM may be obtained by calling 866-606-8220, or by accessing the SAM website at https://www.sam.gov. Should the Government release an RFP for this effort, the successful offeror will be required to register for access to Wide Area Workflow (WAWF) for invoicing and payment by NAVAIR. Information on self-registration for WAWF can be obtained at https://wawf.eb.mil, additional support concerning WAWF can be accessed by calling the NAVY WAWF Assistance Line 866-618-5988. All questions regarding this Sources Sought notice must be submitted via email to Jarryd Reid at jarryd.reid@navy with a copy both Erin Young at erin.b.young@navy.mil, and Michael Glazer at michael.a.glazer@navy.mil. No questions will be accepted by phone. Government responses to submitted questions pertaining to this Sources Sought notice will be posted on FedBizOpps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134018R0041/listing.html)
 
Record
SN04760503-W 20171209/171207231342-35c639ff3a9887a0bb6da7c9350c9e43 (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.