Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2022 SAM #7434
SOURCES SOUGHT

49 -- SRM Tooling

Notice Date
4/6/2022 5:42:35 AM
 
Notice Type
Sources Sought
 
NAICS
333514 — Special Die and Tool, Die Set, Jig, and Fixture Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-21-RFI-0128
 
Response Due
4/11/2022 6:00:00 AM
 
Point of Contact
Kelli Ryan
 
E-Mail Address
kelli.l.ryan3.civ@us.navy.mil
(kelli.l.ryan3.civ@us.navy.mil)
 
Description
The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ is soliciting information and comments from industry and other interested parties. NAWCAD Lakehurst is requesting vendor sources with the capability the manufacture, assemble, and deliver Peculiar Support Equipment (PSE) and Nondestructive Inspection (NDI) kits listed below: - Aileron Shroud Maintenance Fixture; Mod to 74D900516-1001/1002; Mod to include hinge lug oversize capability - Inboard Leading Edge Flap Repair Equipment; Mod to RE174192500-1/2; Mod to include oversize capability to hinge rib - IWP Attach Lug, Repair Fixture New; New; SE to oversize inner wing lug bushings - IWP TEF Hinge Lug Bushing Oversize kit New; �New; SE to oversize TEF hinge lug bushings - IWP TEF Shroud Lug Bushing Oversize kit New; �New; SE to oversize TEF Shroud hinge lug bushings - OWP Perimeter Lug Oversize kit; Mod to 74D900511-1001; Mod to address oversize bushings on outer wing perimeter - TEF Hinge Lug, Oversize Kit New; New; SE to address oversize monoball bearings in hinge lugs - TEF Shroud Repair Fixture; Mod to 74D900534-1001/1002; �Mod 74D900534-1001/1002 to address installation of repair lug - Horizontal Stabilator Bushing Removal Tool New; New; SE to remove Inner and Outer Horizontal Stabilator Bushings - NDI, Large Diameter Hole Probe Kit; New; Supports multiple SRM WPs and contains 16 unique hole probes (qty 2 each for 32 total probes), one aluminum standard, and one titanium standard. Include Spitfire tool in this kit - NDI, Wing Lug Hole Probe Kit; New; Supports the inner wing lugs (2 WPs) and contain 2 unique probes (qty 2 each) + 1 titanium standard This effort includes the design, development, fabrication and delivery of PSE items listed above as well as procurement of the NDI kits listed above. The PSE and NDI items support the F/A-18E/F and EA-18G Structural Repair Manual (SRM) Program Work Packages (WPs) that require new or modified equipment to complete repairs to the identified limits.�THE GOVERNMENT DOES NOT POSSESS THE TECHNICAL DATA TO ALLOW FOR A COMPETITIVE PROCUREMENT. The Government is seeking industry input to assist in identifying features and approaches to meet the general 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. INTERESTED SOURCES SHOULD PROVIDE THE FOLLOWING INFORMATION: - Company description (company size, cage code) - Company Point of Contact (name email/phone) - Manufacturing capabilities, including examples and photographs of manufactured items. - Relevant history utilizing similar processes. - Rough Order of Magnitude (ROM) on any currently available capability that will meet the Navy requirements. - Provide all applicable federal standards, policies, and regulations met. - Provide Quality Assurance systems in place, certifications, capabilities, and qualifications. - Provide any additional information that will assist in understanding responses to this RFI. All interested parties must submit written responses, preferably via electronic mail to Kelli Ryan, kelli.l.ryan3.civ@us.navy.mil no later than five (5) days after the post date of this RFI. The Navy does not intend to award a contract on the basis of this request or otherwise pay for the information solicited. While the Navy intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Navy will not use any information provided to level your company's approach relative to another competitor. Proprietary data MUST be marked PROPRIETARY on a page-by-page basis and will be kept confidential and protected where so designated. The Navy 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 Navy 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 RFP/RFQ that may be issued. Any comments provided may or may not be included in a formal solicitation. Information provided in no way binds the Navy to solicit or award a contract. If a solicitation is released, it will be synopsized on the BetaSam.gov website: https://beta.sam.gov.� It is the potential vendor's responsibility to monitor this site for the release.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d43ce9c323ff40f083b7e824980182ba/view)
 
Record
SN06291533-F 20220408/220406230109 (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.