Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2024 SAM #8324
SOURCES SOUGHT

81 -- Transit Shipping Cases and Foam Inserts

Notice Date
9/9/2024 11:18:24 AM
 
Notice Type
Sources Sought
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-24-RFI-0277
 
Response Due
9/16/2024 2:00:00 PM
 
Archive Date
10/01/2024
 
Point of Contact
Trevor Greig
 
E-Mail Address
trevor.m.greig.civ@us.navy.mil
(trevor.m.greig.civ@us.navy.mil)
 
Description
Request for Information (RFI) Transit Shipping Cases and Foam Inserts Naval Air Warfare Center Aircraft Division Webster Outlying Field ______________________________________________________________________________ RFI Number:� N68335-24-RFI-0277 Classification Code:� 8145 � Specialized Shipping and Storage Containers NAICS Code(s):� 332439 � Other Metal Container Manufacturing REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.� This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This request for information does not commit the Government to contract for any supply or service whatsoever.� Further, the government is not at this time seeking proposals and will not accept unsolicited proposals.� Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. �Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. �Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center (NAWC) Webster Outlying Field (WOLF) Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial off the Shelf (COTS) solution for shipping transport cases and foam inserts to support and protect the enclosed equipment with cushioning and shock absorption. 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). Country of origin for main component(s) 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 should provide a detailed description of the following characteristics of their solution in their submission: Deployment time within 45 to 90 minutes of equipment pack out One to Two-person lift operation capability Accessories or options available with each transit case Local transportation dollies, slide on caster sets, slide on leg sets, and portable tables shall be available to augment the transit case system as needed for transport Options to configure internal case foam or custom design case foam to encapsulate system accessories Container types (case) Shock mounted transit cases with quick release/removable racks Pressure relief valve Lockable latches to secure case lids Tools required Equipment installation into case Case reparability Features Dimensions - height extended, transit length, weight Containers shall be capable of mounting and integrating communications equipment provided by the users into deployable communications packages of varying size and weight as mission(s) dictate. Dimensions to allow passing through standard passageways, 30� doorways, and 28� watertight doors Shall be transportable by ISU-90, 463L, or other standard transport pallet Containers shall be transportable (case wheels) in a stand alone configuration Case to support payload ranging from 84 to 174 pounds total weight Case to accommodate secure rack-n-stack capability when stacked, a means of securing to each other when placed side-by-side/on top of each other Case to accommodate storage of case lids if removed Environmental conditions Minimum and maximum operating temperatures (in Fahrenheit) 14 to 158 degrees MIL-STD-810G 3-foot drop Water intrusion Salt water and sand intrusion ����� Containers shall be highly modularized and internally configured to permit rapid installation and removal of individual equipment or modules. ����� Capability of transportation/housing within various mobile environments. Other information Total quantity of units sold to date Date of delivery of the first unit Date of delivery of most recent unit Basic and extended warranty information Time to production If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution.� It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. 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. ADDITIONAL INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail.� Product specification, sketches, or listings of authorized distributors will not count toward the page limitation.� The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s).� The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.� 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 be liable for or suffer any consequential damages for any proprietary information not properly identified.� Responses to this RFI may not be returned.� Respondents may not be notified of the result of the review.� 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. HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format.� Responses shall be limited to 10 pages and submitted via e-mail only to trevor.m.greig.civ@us.navy.mil. �Proprietary information, if any, should be minimized and must be clearly marked. �Responses are due no later than 16 September 2024, 5:00 P.M. EST. Responses to this RFI may not be returned. �Respondents may not be notified of the result of the review.� If a solicitation is released, it will be synopsized on the 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/f0134f04141841ccab5afe02639158d0/view)
 
Record
SN07204239-F 20240911/240909230121 (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.