SOURCES SOUGHT
56 -- Expeditionary Airfield AM2 Production/Refurbishment/Repair
- Notice Date
- 5/18/2023 6:56:37 AM
- Notice Type
- Sources Sought
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N68335-23-RFI-0242
- Response Due
- 6/2/2023 2:30:00 PM
- Point of Contact
- Kelly Gray
- E-Mail Address
-
kelly.e.gray13.civ@us.navy.mil
(kelly.e.gray13.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- REQUEST FOR INFORMATION - SOURCES SOUGHT FOR AM2 Production/Refurbishment/Repair INTRODUCTION This Request for Information (RFI) is for information and planning purposes only and does not constitute a Request for Proposal and should not be construed as a commitment by the Government to award a contract as a result of this request for information. There is no solicitation package available. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ is seeking sources for the procurement of Expeditionary Airfield (EAF) AM2 Production, refurbishment and repair. ELIGIBILITY The applicable PSC code for this procurement is 5680 - Miscellaneous Construction Materials. The NAICS for this requirement is 332312 - Fabricated Structural Metal Manufacturing. In addition, small businesses are required to provide the following information to enable the Government to determine eligibility. Company ability to perform at least 50% of the tasking described in the requirements. Company classification. For example; 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. REQUIREMENTS The requirements documents for Matting packages are listed below. AM2 Matting is designed to interlock in a brickwork pattern and enables construction of portable runways and taxiways for aircraft launch and recovery. NOMENCLATURE NAVAIR DRAWING NUMBER NSN F-71 AM2 Matting Package 626578-1, NSN: 5680-01-371-7337 F-72 AM2 Matting Package 626577-1 NSN: 5680-01-371-3724 F-73 AM2 Matting Package 622536-2 NSN: 5680-01-182-4872 F-78 AM2 Matting Package 622392-1 NSN: 5680-01-176-9078 The AM2 Matting packages listed above include requirements for end frames, stamping/marking, end sheets, and locking bars. The AM2 Matting procurement will also include limited repair/refurbishment of existing Government furnished AM2 Matting. CAPABILITY PACKAGE SUBMITTAL INFORMATION AND INSTRUCTIONS Interested companies are invited to submit a Capabilities Package of no more than 3 pages in length, single spaced, 12 point font minimum. The Capabilities Package will be used to determine a company's ability to meet the requirements and the information requested in the Capability Package Submittal Information and Instructions 1-4. The aforementioned NAVAIR Drawings contain technical data whose export is restricted by the Arms Export Control Act (Title 22 U.S.C Sec. 2751 Et. Seq. or Executive Order 2470) and therefore attention is directed to the following clause DFARS 252.225-7048 EXPORT CONTROLLED ITEMS (JUN 2013). Only interested parties who possess a valid Militarily Critical Technical Data Agreement, Form DD2345 may request a copy of the drawings. In order to receive the Government-owned technical data / drawings, interested vendors must forward a current, approved DD Form 2345 ""Military Critical Technical Data Agreement"" to Kelly Gray, Contract Specialist, via the email specified in this solicitation. A submitted DD Form 2345 will be validated as being current with the Defense Logistics Agency's Logistics Information Service � Joint Certification Program. For DD Form 2345 information, visit the DLIS website at http://www.dlis.dla.mil/jcp.� The Government requests interested companies submit documentation to address the following information: 1. Company Name and Address; applicable CAGE code, company point of contact and position along with contact information. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a definitive statement of current small/large business status. 3. Manufacturing capability to include the ability to perform repair/refurbishment of AM2 Matting, facility size, throughput capacity, previous Government projects to include the role of prime or subcontract if applicable. 4. Manpower to include the number of company employees and applicable skill sets. The Government may subsequently opt to conduct company site visits to further determine eligibility and capability. The purpose of this RFI is to identify potential contractors capable supplying the above requirements. Please note that this Request for Information is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and Government is not obligated to award a contract as a result of this announcement. Respondents are notified that a formal solicitation MAY NOT necessarily result from this RFI. The Government will not reimburse the respondent for any costs associated with the information submitted in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. HOW TO RESPOND Interested companies shall respond within fifteen (15) 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 via e-mail no later than 2 June 2023, 5:30 PM EDT to Contract Specialist, Kelly Gray at Kelly.e.gray13.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b367d2466b254a69b77e525a679bc051/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06688048-F 20230520/230519212002 (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 |