Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2020 SAM #6961
SOURCES SOUGHT

58 -- Breakout Box Set modification kits, (P/N) 74D760518-1001

Notice Date
12/18/2020 7:00:11 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-19-Q-0337
 
Response Due
12/29/2020 1:00:00 PM
 
Archive Date
01/13/2021
 
Point of Contact
JENNIFER CASALE, Phone: 2405775643
 
E-Mail Address
jennifer.casale@navy.mil
(jennifer.casale@navy.mil)
 
Description
RFI: #N68335-19-Q-0337 THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. This is a Request for Information notice to assist the Naval Air Warfare Center Aircraft Division (NAVAIR) Lakehurst, NJ in conducting market research regarding Breakout Box Set modification kits, part number (P/N) 74D760518-1001, non-recurring engineering and updates to the technical data package.� The Test� Adapter Breakout Box, P/N 74D765141-1001 (part of the 74D760518-1001 Breakout Box Set) requires modification to include a restraint feature similar to the ALQ-218 subsystem WRA 5; and modification of the chassis to eliminate interference with and mitigate damage to the WRA 5 tray rub strip on the EA-18G aircraft. The PSC for this requirement is 5841 the NAICS is 334511 with a size standard of 1,250 employees.� All interested businesses are encouraged to respond.� It is requested that interested parties submit to the contracting office a brief capabilities statement package (no more than 3 pages in length, single spaced, 12 point font minimum) demonstrating ability to meet the requirements, as described above. This documentation must address, at a minimum, the following:� Company Name; Company Address; CAGE Code, Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Company profile to include number of employees, office location(s), DUNS number, and a statement regarding current small/large business status- whether they are a 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. Statement regarding capability. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Failure to respond to this RFI does not preclude participation in any future associated Request for Proposal that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Contract Opportunities (previously FBO) website: https://beta.sam.gov/help/contract-opportunities. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information. All responses should be received no later than 4:00 PM EST,�29 December 2020. Responses should be submitted electronically to the designated Contract Specialist, Jennifer Casale, in Microsoft Word format or Portable Document Format (PDF) at the following e-mail address: jennifer.casale@navy.mil. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. All interested parties should send company and descriptive literature as well as any comments or questions to the designated Contract Specialist, Ms. Jennifer Casale, via e-mail to jennifer.casale@navy.mil. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7b2c6ada9bff4154be802de54e35e6cf/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05878082-F 20201220/201218230115 (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.