Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2024 SAM #8285
SOURCES SOUGHT

17 -- CVN81 Retractable Deck Sheaves (Port and Starboard), Part Number 3491AS0500-2 and 3491AS0500-3

Notice Date
8/1/2024 5:17:56 AM
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833524RFI0638
 
Response Due
8/6/2024 2:30:00 PM
 
Archive Date
08/21/2024
 
Point of Contact
Zaib Nageeb, Phone: 240-587-9805
 
E-Mail Address
zaib.nageeb.civ@us.navy.mil
(zaib.nageeb.civ@us.navy.mil)
 
Description
REQUEST FOR INFORMATION - SOURCES SOUGHT NAVAL AIR WARFARE CENTER, AIRCRAFT DIVISION LAKEHURST, NJ CVN81 Retractable Deck Sheaves (Port and Starboard), Part Number 3491AS0500-2 and 3491AS0500-3 INTRODUCTION This Request for Information (RFI) is issued pursuant to FAR 15.201(e) and in conformance with DFARS PGI 206.302-1. This RFI is for information and planning purposes only and does not constitute a solicitation or promise to issue a solicitation in the future. It is a Market Research tool being used to identify potential technologies and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. This request for information should not be construed as a commitment by the Government to award a contract as a result of this RFI. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this sources sought is strictly voluntary. REQUIREMENT The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ is seeking sources for the procurement and delivery of Retractable Sheaves (STARBOARD) Part Number 3491AS0500-2, and Retractable Sheaves (PORT) Part Number 3491AS0500-3, engineering test reports, and an Integrated Master Schedule for Aircraft Launch and Recovery Equipment (ALRE) AAG in support of CVN81 construction (Required In Yard Date of 9 March 2027). The Retractable Sheaves facilitate the routing and payout of the arresting engine purchase cable from the through deck sheave to the cross deck pendant. The components are unique in that it may be lowered from its operational position to a point where it is flush with the flight deck in order to accomplish unobstructed aircraft handling on the flight deck. Due to the CSI designation any departure from the requirements could result in loss in life, serious personnel injury, loss of a combat system and/or the loss of the aircraft. In addition the subsystem requires highly specialized manufacturing processes to include welding, nondestructive testing, magnetic particle testing, workmanship, and material certification. Items are Critical Safety Inspection items that will require manufacturing and testing compliances and reports to be delivered to the Navy. ELIGIBILITY The applicable NAICS code for this procurement is 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing). The PSC for this requirement is 1710 (Aircraft Landing Equipment). In addition, small businesses are required to provide the following information to enable the Government to determine eligibility. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the tasking described in the requirements. Small business primes may now �count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 dated 04/03/20 at https://www.acquisition.gov/browse/index/far). 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. To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICs that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the RFI in order to assist the Government�s capability determination CAPABILITY PACKAGE SUBMITTAL INFORMATION AND INSTRUCTIONS It is requested that interested businesses submit to the contracting office a brief product information package demonstrating manufacturing and testing capabilities for manufacturing steel wire cable assemblies in accordance with Government-owned technical data drawings which contain technical data whose export is restricted by the Arms Export Control Act. 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 Zaib Nageeb Contract Specialist, via the email specified in this sources sought notice. 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. This documentation should address 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. Product information (existing product brochures and/or datasheets acceptable) for steel wire rope bridles. Business type/company classification as it relates to the NAICS code designated in this announcement e.g., Large or Small business, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. Country of origin for main component(s). HOW TO RESPOND Interested companies 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 via e-mail no later than 6 August 2024, 5:30 PM EDT to Contract Specialist, Zaib Nageeb at zaib.nageeb.civ@us.navy.mil. 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. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. No classified information shall be submitted. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. The Government will not release any information marked with a Proprietary Legend, received in response to this RFI, to any firms, agencies, or individuals outside of the Government without written permission in accordance with the legend. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Failure to respond to this RFI does not preclude participation in any future associated RFP 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 (SAM) website: www.sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ac0f6511f9c743e9b09055742547d492/view)
 
Place of Performance
Address: Joint Base MDL, NJ 08733, USA
Zip Code: 08733
Country: USA
 
Record
SN07153874-F 20240803/240801230158 (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.