Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2018 FBO #5907
SOURCES SOUGHT

49 -- Depot and Intermediate Levels of maintenance for the establishment of organic Factory Test Equipment (FTE) repair capabilities for the Stores Management System (SMS) components installed on the P-8A Poseidon Multi-Mission Maritime Aircraft (MMA)

Notice Date
1/23/2018
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device 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
N68335-18-RFI-0129
 
Archive Date
2/17/2018
 
Point of Contact
Danielle DiLorenzo, Phone: 732-323-7067, Stefanie Applegate, Phone: 7323237395
 
E-Mail Address
danielle.dilorenzo@navy.mil, stefanie.applegate@navy.mil
(danielle.dilorenzo@navy.mil, stefanie.applegate@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 PMA-290 is soliciting information and comments from industry on its ability to provide Depot and Intermediate Levels of maintenance for the establishment of organic FTE repair capabilities at seven (7) sites for the SMS components installed on the P-8A Poseidon MMA listed below: Part Number Stores Management System Nomenclature 212A4002-7 Aft Pneumatic Source (APS) 212A4002-6 APS 212A4002-5 APS 2000770-9 Sonobuoy Rotary Launcher (SRL) 2000770-8 SRL 2000770-7 SRL 2000770-6 SRL 2000770-5 SRL 2000793-5 SRL Electronic Control Unit (ECU) 2000793-4 SRL ECU 2000793-3 SRL ECU 2000920-7 Sonobuoy Single Launcher (SSL) 2000920-6 SSL 2000920-5 SSL 2000953-4 SSL ECU (Hardmounted in next higher assembly) 118A9004-109 SUU-92 Pylons (Wing) 237629-9002 SUU-92 ECU HPACS 237637-9001 SUU-92 Compressor 2000500-4 BRU-75/A Bomb Racks 2000300-4 BRU-76/A Bomb Racks 143A8016-1 SUU-93 Pylons (Fuselage) (Includes ECU-Compressors) 115E1118G1 Flight Deck Weapons Control Panel This procurement will be for support equipment required in order to repair the items listed above. The Navy's requirement is to establish organic maintenance capability at the designated Intermediate and Depot Level activity Fleet Readiness Center South East (FRCSE), and Intermediate Level repair capability at Jacksonville, Florida; Patuxent River, Maryland; Whidbey Island, Washington; and Aviation Intermediate Maintenance Department (AIMD) located in Misawa, and Kadena, Japan, along with sites in Bahrain and Sigonella Italy. 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) and schedule for deliveries of completed sets. 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. HOW TO RESPOND Please submit your response to this RFI (not to exceed 10 pages) via email no later than 5:00PM E.S.T 02 February 2018 to the following individuals: Ms. Danielle DiLorenzo at danielle.dilorenzo@navy.mil Mr. Howard Fuller, Technical Point of Contact, at howard.fuller@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-RFI-0129/listing.html)
 
Record
SN04797001-W 20180125/180123231257-6fe816d33ba4c82bcb81a54d465df52b (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.