SOURCES SOUGHT
49 -- Servocylinder Test Station (STS) Engineering Change Proposal (ECP)-6495 Mod Kit (P/N: 74D070253-1001)
- Notice Date
- 5/26/2021 10:24:50 AM
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N68335-21-RFI-0248
- Response Due
- 6/1/2021 4:00:00 AM
- Archive Date
- 06/16/2021
- Point of Contact
- Kelli Ryan
- E-Mail Address
-
kelli.ryan@navy.mil
(kelli.ryan@navy.mil)
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. This is a Request for Information (RFI) notice to assist the Naval Air Warfare Center Aircraft Division Lakehurst, NJ in conducting market research regarding Servocylinder Test Station (STS) Engineering Change Proposal (ECP)-6495 Mod Kit (P/N: 74D070253-1001), spares packages (see attached spares list), and optional in-country installations in support of the Switzerland F/A-18 C/D, Finland F/A-18C/D, Malaysia F/A-18D, Canada F/A-18A/B, and Spain F/A-18A/B Foreign Military Sales (FMS) platforms. This procurement supports the STS ECP-6495 obsolescence upgrade, currently Part Number: 74D140080-1009, which will be upgraded to Part Number: 74D140080-1013 after the ECP kits are installed. The PSC for this requirement is 4920 the NAICS is 334519 with a size standard of 500 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 7:00 AM�EST, 01 June�2021. Responses should be submitted electronically to the designated Contract Specialist, Kelli Ryan, in Microsoft Word format or Portable Document Format (PDF) at the following e-mail address: kelli.ryan@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. Kelli Ryan, via e-mail to kelli.ryan@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/3689f42a5af5437487aec02eaabeb822/view)
- Record
- SN06014301-F 20210528/210526230119 (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 |