SOURCES SOUGHT
30 -- REQUEST FOR INFORMATION (RFI) NOTICE: Aircraft Elevator Stanchion Material
- Notice Date
- 8/27/2020 8:32:44 AM
- Notice Type
- Sources Sought
- NAICS
- 333612
— Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing
- Contracting Office
- NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
- ZIP Code
- 19112-1403
- Solicitation Number
- 20-RRE-172
- Response Due
- 9/7/2020 1:00:00 PM
- Archive Date
- 10/01/2020
- Point of Contact
- Rebecca Eckler, Phone: 4454445328
- E-Mail Address
-
rebecca.eckler@navy.mil
(rebecca.eckler@navy.mil)
- Description
- REQUEST FOR INFORMATION (RFI) NOTICE: Aircraft Elevator Stanchion Material SUBJECT: Aircraft Elevator Stanchion Material (Supply) SYNOPSIS DATE: 27 AUG 2020 CONTRACTING OFFICE ADDRESS: N64498 NAICS CODE: 333612 CLASSIFICATION CODE (PSC/FSC): 3010 INCUBMENT:� NA TECHNICAL CODE:� Code 431 ANTICIPATED AWARD DATE:� Q3 FY21 RESPONSE DATE: 7 SEP 2020 ANTICIPATED SET-ASIDE:� TBD CONTACT POINTS:� Rebecca Eckler; Rebecca.eckler@navy.mil; 445 444 5328 CONTRACT TYPE: FFP single-award IDIQ DESCRIPTION: �The Naval Surface Warfare Center Philadelphia Division (NSWCPD) intends to issue a competitive solicitation for procurement of Aircraft Elevator Stanchion Material. NSWCPD is requesting information from any and all interested sources in order to make an informed determination regarding procurement strategy. NSWCPD is seeking a manufacturer able to produce 3x styles of drive units. Drive units to include an internal 440VAC electric motor as well as self-locking internal worm gears resulting in output shafting with the following load specifications: Unit A: Output torque of 7,200 in-lbs.; output shaft speed of 17.6 RPM Unit B: Output torque of 4,500 in-lbs.; output shaft speed of 35.3 RPM Unit C: Output torque of 14,400 in-lbs.; output shaft speed of 25.9 RPM The units must fit within the following size envelopes (Height x Width x Depth): Unit A: 35""x19""x19"" Unit B: 35""x19""x19"" Unit C: 39""x21.5""x21.75"" All external surfaces must be weather resistant and constructed from 316 stainless steel. Drive units must have the ability to be operated manually and must include a 120VAC proximity switch, which actuates/deactivates when manual access cover is removed. Drive units must be Grade A shock (MIL-S-901) and vibration (MIL-STD-167) qualified. It is also acceptable to have only 1x of the units qualified if the other 2x are near identical designs and could be expected to be granted qualifications without further testing. Manufacturer must have the ability to produce 10x units (as a combination of Unit A, B, and C described above) in a 9-month period. Manufacturer must have the ability to produce 21x units in a 1-year period. Manufacturer must have the ability to refurbish damaged units and certify them to full operational capability. Manufacturer must provide warranties for new and refurbished drive units. Disclaimer: This pre-solicitation notice is for information only and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. If a competitive solicitation is issued in the future, it will be announced via FEDBIZOPPS, and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This is not a solicitation or a promise to issue a solicitation, and this information is subject to modification and in no way binds the Government to award a contract. SUBMISSION OF RESPONSES: Respondents shall provide capability statements with specific information regarding their ability to provide the required supplies/services to meet the NSWCPD's needs as detailed above. Responding statements are not to exceed ten (10) pages in length. Responses shall be in electronic format (Microsoft Word or PDF preferred). A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for North American Industry Classification System (NAICS) code, and points of contact (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. NSWCPD will only accept unclassified, electronic submissions. Capability Statements must address, at a minimum the following: Section 1: Introduction. Identify the Sources Sought Number and Title Section 2: Corporate Description. � Name of Company and address � Ownership, including whether: Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB) � Points of contact, including: Name, title, phone, and e-mail address � CAGE Code and DUNS Number (1) A complete description of the firm's capabilities, related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government's objectives as stated above. Section 2. Past/Current Performance. Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the work described in the draft requirements document. Responses shall be sent to Contract Specialist Rebecca Eckler at Rebecca.eckler@navy.mil �with the subject line ""RFI N64498-20-RRE-172 Aircraft Elevator Stanchion Material."" All responses must be submitted by no later than 4:00 PM on September 7, 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f0fdf916ba7d41c0aac01c1cc7512364/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05776921-F 20200829/200827230213 (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 |