Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2020 SAM #6817
SOURCES SOUGHT

99 -- AM2 Production

Notice Date
7/27/2020 10:07:08 AM
 
Notice Type
Sources Sought
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-20-RFI-0415
 
Response Due
8/27/2020 11:00:00 AM
 
Archive Date
09/11/2020
 
Point of Contact
Robert A. Megill, Phone: 7323237627, Melissa Bucci, Phone: 7323231578
 
E-Mail Address
Robert.Megill@navy.mil, melissa.bucci@navy.mil
(Robert.Megill@navy.mil, melissa.bucci@navy.mil)
 
Description
This is a sources sought synopsis.� This Request for Information (RFI) is for information and planning purposes only and does not constitute a Request for Proposal and should not be construed as a commitment by the Government to award a contract as a result of this request for information.� The Naval Air Warfare Center Aircraft Division Lakehurst is seeking sources for the procurement of AM2 Mat Packages. The drawings for these packages contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C SEC 2751).� In order to obtain copies of the export-controlled drawings, please contact Robert Megill Contract Specialist (contact information below) and provide a certified copy of DD Form 2345. The Expeditionary Airfield (EAF) Concept is a shore based, aviation weapons support system which permits deployment of landing force aircraft within effective range of ground forces. This concept allows for the construction of portable, reusable, forward-deployed airfields which can be assembled in a building block concept for the rapid introduction of air power. These airfields are fabricated from aluminum panels, designated AM2 Mat. The AM2 Mat expanses can be assembled to form an airfield's runways, taxiways, parking areas, and other areas required for aircraft operations and maintenance.� Interested companies may submit relevant product specifications or literature that meet Government requirements as delineated below. Eligibility The applicable NAICS code for this procurement is 332312 with a size standard of 500 employees. In addition, small businesses are required to provide the following information to enable the Government to determine eligibility. 1. Company ability to perform at least 50% of the tasking described in the requirements. 2. Company classification. For example; 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. Requirements The requirements documents for Matting packages are listed below. AM2 Matting is designed to interlock in a brickwork pattern and enables construction of portable runways and taxiways for aircraft launch and recovery. NOMENCLATURE ������������� NAVAIR DRAWING NUMBER ���������������� NSN F-71 AM2 Matting Package ������������� 626578-1 ������������������������������������������� 5680-01-371-7337 F-72 AM2 Matting Package ������������� 626577-1 ������������������������������������������� 5680-01-371-3724 F-73 AM2 Matting Package ������������� 622536-2 ������������������������������������������� 5680-01-182-4872 F-78 AM2 Matting Package ������������� 622392-1 ������������������������������������������� 5680-01-176-9078 The AM2 Matting packages listed above include requirements for end frames, stamping/marking and locking bars. Capability Package Submittal Information and Instructions The Government requests interested companies submit documentation to address the following information: 1. Company Name and Address; applicable CAGE code, company point of contact and position along with contact information. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a definitive statement of current small/large business status. 3. Manufacturing capability to include the ability to perform production of AM2 Matting, facility size, throughput capacity, previous Government projects to include the role of prime or subcontract if applicable. Interested companies are invited to submit a Capabilities Package of no more than 5 pages in length, single spaced, 12 point font minimum. The Capabilities Package will be used to determine a company's ability to meet the requirements of the drawings and the information requested in the Capability Package Submittal Information and Instructions 1-3. The Government may subsequently opt to conduct company site visits to further determine eligibility and capability. Please note that this Request for Information 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 Government is not obligated to award a contract as a result of this announcement. The Government will NOT reimburse companies for any expenses incurred to prepare the Capability Package Submittal Information. The Government will not reimburse the respondent for any costs associated with the information submitted in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. The Government will not release any information marked with a Proprietary Legend, received in response to this RFI, to any firms, agencies, or individuals outside of the Government without written permission in accordance with the legend. All interested sources are encouraged to respond to this�RFI no later than 27 August 2020. All responses and requests for drawings should be delivered via E-Mail to Robert Megill, at robert.megill@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ae466333d41c49bd844c6ed7d93318f0/view)
 
Record
SN05735275-F 20200729/200727230139 (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.