Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2020 SAM #6663
SOURCES SOUGHT

29 -- Liquid Coolant Filtering Unit (LCFU)

Notice Date
2/24/2020 8:07:10 AM
 
Notice Type
Sources Sought
 
NAICS
336390 — Other Motor Vehicle Parts Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-20-R-0138
 
Response Due
3/2/2020 9:00:00 AM
 
Archive Date
03/02/2020
 
Point of Contact
Desiree Pendleton, Phone: 7323232155, Fax: 7323232359
 
E-Mail Address
desiree.pendleton@navy.mil
(desiree.pendleton@navy.mil)
 
Description
Request for Information SEC-5820 Upgrade Kits for the Liquid Coolant Filtration Unit (LCFU) The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ is soliciting information and comments from industry and other interested parties. NAWCAD Lakehurst is requesting vendor sources with the capability to deliver a quantity of fifty-five (55), SEC-5820 Kits.� These Kits are required to incorporate SEC-5820 into and upgrade the Liquid Coolant Filtering Unit (LCFU).� The LCFU supports all APG Radar Systems (65, 73 and 79) that are used across all F/A-18 variants (A-G).� LCFUs are used at all Aircraft Organizational (O-Level) and Intermediate (I-Level) levels of maintenance supporting the APG Radar Systems. There will also be a Procurement of replacement Data Plates for all existing LCFU units.� New Data Plates are needed to correctly identify the actual unit configuration. The contractor will deliver 190 each of the LCFU-2AC-302-9 Data Plates. Data plates will include double-sided tape on the backside for application to the LCFU. Data plate sizing and configuration will be identical to the existing data plate supplied with the LCFU unit, with the following two changes: 1 - The Part number listed on all data plates will be listed as LCFU-2AC-302-9. 2 � The data plates will each contain a unique four-digit serial number (SN).� The numbering will be sequential, starting with SN 0001 and continuing through SN 0190.� THE GOVERNMENT DOES NOT POSSESS THE TECHNICAL DATA TO ALLOW FOR A COMPETITIVE PROCUREMENT. The Government is seeking industry input to assist in identifying features and approaches to meet the general requirements described above.� Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI.� THIS IS A REQUEST FOR INFORMATION ONLY.� This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. INTERESTED SOURCES SHOULD PROVIDE THE FOLLOWING INFORMATION: - Company description (company size, cage code) - Company Point of Contact (name email/phone) - Manufacturing capabilities, including examples and photographs of manufactured items. - Relevant history manufacturing similar parts and utilizing similar processes. - Rough Order of Magnitude (ROM) on any currently available product or capability that � will meet the Navy requirements. - Provide all applicable federal standards, policies, and regulations met. - Provide Quality Assurance systems in place, certifications, capabilities, and qualifications. - Provide any additional information that will assist in understanding responses to this RFI. �All interested parties must submit written responses, preferably via electronic mail to Desiree Pendleton, desiree.pendleton@navy.mil no later than five (5) days after the post date of this RFI. The Navy does not intend to award a contract on the basis of this request or otherwise pay for the information solicited. While the Navy 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. The Navy will not use any information provided to level your company's approach relative to another competitor. Proprietary data MUST be marked PROPRIETARY on a page-by-page basis and will be kept confidential and protected where so designated. The Navy 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 Navy 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. Any comments provided may or may not be included in a formal solicitation. Information provided in no way binds the Navy to solicit or award a contract. If a solicitation is released, it will be synopsized on the betaSAM.gov website: https://beta.sam.gov/. It is the potential vendor's responsibility to monitor this site for the release.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/304110558801444ea1bb468e79e9a77a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05571182-F 20200226/200224230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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