Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 25, 2020 SAM #6691
SOURCES SOUGHT

36 -- NAWCAD WOLF- OMAX 55100 Jet-Machining Center

Notice Date
3/23/2020 12:10:59 PM
 
Notice Type
Sources Sought
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-20-RFI-0165
 
Response Due
3/30/2020 8:00:00 AM
 
Archive Date
04/14/2020
 
Point of Contact
Kelly E. Gray, Phone: 7323232287
 
E-Mail Address
kelly.gray1@navy.mil
(kelly.gray1@navy.mil)
 
Description
This Sources Sought/Request for Information (RFI) notice is being posted to in accordance with DFARS 206.302-1(d). �The Naval Air Warfare Center Aircraft Division, (NAWCAD) Webster Outlying Field (WOLF) Engineering and Prototyping Facility (EPF) has a requirement to procure an OMAX 55100 Jet-Machining Center to ensure high quality and continuity of its products, all while increasing effective utilization of division resources and response times to all initiatives/projects.� �� This RFI is issued as part of a procurement strategy for the Jet-Machining Center.� This procurement includes purchase of the one (1) OMAX 55100 Jet-Machining Center as well as the necessary accessories, on-site training, warranty, rigging, assembly and installation of the machine. RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: ����������� Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. ����������� Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum: ����������� Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes.� Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. ����������� Respondents shall include product specifications and sketches with submission.� Product specification and sketches are not included in the final page count. ����������� If applicable, respondents shall include a list of DoD, Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution.� Include a sponsor POC for each program, with email address and phone number. ����������� The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI.� Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. ����������� Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION The Government is seeking industry input to assist in identifying components that might meet the 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. In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail.� Respondents should include product specifications with submission and proof of certifications.� Product specification, sketches, or listings of authorized distributors do not to count as part of the page count.� The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI.� Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.� All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure in accordance with FAR 15.207, Handling Proposals and Information.� The Government utilizes Contractor Support Staff for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment.� 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 solicitation 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 Beta System for Award Management (SAM) website: www.beta.SAM.gov.� It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties shall respond within five (5) days after release of this RFI with product information that meets all or a subset of the aforementioned attributes.� Please submit your response to this RFI (not to exceed ten (10) pages) via e-mail no later than 30 March 2020 at 11:00 AM EST to�Kelly Gray�at kelly.gray1@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fbe3137496214ca4b9e7aa87884bff4d/view)
 
Place of Performance
Address: Lakehurst, NJ 08733, USA
Zip Code: 08733
Country: USA
 
Record
SN05597971-F 20200325/200323230153 (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.