SOURCES SOUGHT
49 -- KC-130J Propeller Support Equipment
- Notice Date
- 10/21/2022 12:02:45 PM
- Notice Type
- Sources Sought
- NAICS
- 333613
— Mechanical Power Transmission Equipment Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N68335-23-RFI-0030
- Response Due
- 10/26/2022 9:00:00 AM
- Point of Contact
- Alexander Buchan, Phone: 8482402623
- E-Mail Address
-
alexander.g.buchan2.civ@us.navy.mil
(alexander.g.buchan2.civ@us.navy.mil)
- Description
- This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). Naval Air Warfare Center Aircraft Division (NAWCAD) Support Equipment (SE) Division has a requirement for KC-130J Support Equipment. This RFI is issued as part of a procurement strategy for the Support Equipment Division. This requirement includes fabrication, modification, repair, replace upgrade and improve the SE components, assemblies, and associated with KC-130J Propellers. Components that will be supported include, but are not limited to Hydraulic Rig PN: 9133UL NSN: 4920-99-723-9464, Stripping Pot PN: DAPT60-0027-00 NSN: 1680-99-392-7131, Preload Spanner PN: DAPT60-0083-00 NSN: 4920-99-847-3156, Reaction Plate� PN: DAPT60-0121-00 NSN: 4920-99-350-3328, Keep Ring PN: DAPT60-0234-00 NSN: 5330-99-853-8241, Positioning Template PN: DAPT69-0016 NSN: 4920-99-488-8002, Lifting Tackle PN: DAPT70-0007 NSN: 1730-99-161-4193, Blade Carrier PN: DRT66667 NSN: 4920-99-866-1062, and the Blade Angle Tool� PN: TL5490 NSN: 4920-99-212-5797. Interested parties shall comply with all security and Cyber/Information Assurance (IA) processes and procedures established or placed into operation by DOD. (RMF A&A). RESPONSES Requested Information Section 1 of the response shall provide administrative information and shall include the following as a minimum. Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum. Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count. The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. Respondents should include a list of authorized distributors. Respondents should include information pertaining to proprietary rights of the vendor. ADDITIONAL INFORMATION The Government is seeking industry input to assist in identifying components that might meet the 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. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not count as part of the page count. The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded IAW the applicable Government 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 solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the System for Award Management website: sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties shall respond within five (5) days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed ten (10) pages) via e-mail no later than 26 October 2022, 12:00 PM EST to Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/19203e1613a0461bb3b9b49f6f0be459/view)
- Record
- SN06500514-F 20221023/221021230114 (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 |