Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2025 SAM #8657
SOURCES SOUGHT

49 -- Alon Sensor Windows

Notice Date
8/7/2025 4:49:50 AM
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
 
ZIP Code
20670
 
Solicitation Number
N68520-25-RFPREQ-HJ00000-0294
 
Response Due
8/21/2025 11:00:00 AM
 
Archive Date
08/21/2025
 
Point of Contact
Karen Harris, Beverley Rhamdeow
 
E-Mail Address
karen.m.harris36.civ@us.navy.mil, beverley.s.rhamdeow.civ@us.navy.mil
(karen.m.harris36.civ@us.navy.mil, beverley.s.rhamdeow.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Commander, Fleet Readiness Centers, Procurement Group, Patuxent River, MD., is seeking potential vendors for the procurement of two (2) Aluminum Oxynitride (ALON) windows in support of the Fleet Readiness Center Southeast (FRCSE). Fleet Readiness Center Southeast (FRCSE), located in Jacksonville, FL, is an industrial facility that reworks, repairs, and overhauls various aircraft, engines, and components in support of Naval Air Systems Command (NAVAIR). FRCSE has determined that windows are required for the Multi-Spectral Targeting System (MTS) maintenance programs at Fleet Readiness Center Southeast (FRCSE). ALON material is proprietary to Surmet, Burlington, MA, but the design and specs of the window is proprietary to Raytheon drawings (6661291). The Contractor shall manufacture, test, and deliver to FRCSE, two (2) ALON Sensor Windows in accordance with Raytheon Drawing 6661291. FRCSE operates in a strategic partnership with Raytheon to deliver comprehensive MTS Programs across the Department of Defense (DoD). Currently, FRCSE provides specialized support to Navy, Army and the Air Force MTS Programs, offering depot-level maintenance services, including periodic and corrective maintenance procedures. CAPABILITY STATEMENT SUBMISSIONS: Please answer the following questions/provide the following feedback in your response to this RFI: Please identify your company's business size based on the primary NAICS code of 336419. The small business size standard for this NAICS code is 1,050 in number of employees. For more information refer to https://www.sba.gov/document/support-table-size-standards. Please identify, if your business is categorized as a small business by the SBA, or any of the following subcategories: Small Business (SB) Concern, 8(a), Small Disadvantaged Business (SDB), Woman-Owned Small Business, Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business, or a Service-Disabled Veteran-Owned Small Business. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under the primary NAICS code? If you are a SB, please answer questions 2a & b. a. What percentage of this requirement do you plan to perform as prime (not sub-contract out)? Also indicate (with supporting rationale) if/how your company/team would be compliant with FAR 52.219-14 limitations if the procurement were to be set-aside. b. If you are a small business, does your company have adequate resources, financial or otherwise, to perform the requirement 3. Discuss your company�s ability and experience to manufacture, test, and deliver to FRCSE, two (2) ALON Sensor Windows in accordance with Raytheon Drawing 6661291. 4. Provide confirmation that your company has or has access to all required documents and approvals to use OEM specifications necessary to manufacture, test, and deliver to FRCSE, two (2) ALON Sensor Windows as described in the enclosed Statement of Work (SOW). Interested parties shall respond to questions 1-4 by 02:00 pm on 21 August 2025. All information submitted should support the offeror's capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these items and sent to karen.m.harris36.civ@us.navy.mil and Beverley.s.rhamdeow.civ@us.navy.mil. Verbal responses are not acceptable and will not be considered. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. There is no RFP available at this time. Any information submitted by respondents to this RFI is strictly voluntary. Responders are advised that the United States 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. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If an RFP is released, it will be synopsized on the SAM.gov website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/99ced7b466a0473d9a805f6cd2aa99a8/view)
 
Place of Performance
Address: Jacksonville, FL 32212, USA
Zip Code: 32212
Country: USA
 
Record
SN07542696-F 20250809/250807230102 (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.