Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2015 FBO #4943
SOURCES SOUGHT

17 -- Aviation Ordnance Vehicle

Notice Date
6/4/2015
 
Notice Type
Sources Sought
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-15-RFI-0197
 
Archive Date
6/30/2015
 
Point of Contact
Sarah McCarty, Phone: 732-323-4479
 
E-Mail Address
sarah.mccarty@navy.mil
(sarah.mccarty@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The following information is provided to assist the Naval Air Warfare Center Aircraft Division (NAVAIR) Lakehurst, NJ, in conducting market research of industry to identify currently available options to meet USMC needs for an Aviation Ordnance Vehicle. A tow vehicle that is capable of towing 40,000 lbs is needed that can operate on semi-improved road surfaces of packed dirt, packed gravel, and also over AF2 matting. The vehicle must use a Tier III engine that is capable of using JP-5, JP-8, and DF-1 fuel. The vehicle must be able to interface the lunette of the trailers being towed and activate the hydraulic surge brake system of the trailers. Visibility of the surroundings during operation is crucial to ensure safe towing of loaded trailers and should be designed to maximize visibility. The vehicle must be able to provide 12V or 24V electrical power to the attached trailer. The vehicle would require headlights, parking lights, turn signals, and reverse lights. Towing speed of 15 miles per hour with a 11,000 lb load, 10 miles per hour with a 20,000 lb load, and 5 miles per hour with a 40,000 lb load is desired. Alternatively, information on industry's ability to provide a tow vehicle in compliance with Commercial Item Description (CID) A-A-59312D, Class 2 is also requested. No air system to tow trailers utilizing an air brake system is required. An exterior finish color of semi-gloss green, FED-STD-595 color number 24052, would also be desired. Information on one or both options may be submitted. Please provide the following information about products being proposed for either option by your company: 1) Describe in general your product. 2) Discuss critical information and performance parameters associated with your product: towing capacity; drawbar pull; currently used engine tier; ground clearance; drivetrain; any reliability data; consumable products; and any other salient characteristics. 3) Describe any environmental tests that have been performed on the product being proposed. Provide test results and data if available. Environmental tests include tests for electromagnetic compatibility, operating/storage temperature, humidity, shock, blowing rain, etc. 4) Provide information about your company/organization including: brief description of your company/organization, point of contact, phone number, e-mail address, website information, DUNS Number, CAGE Code, and Business Size Status for the North American Industry Classification System (NAICS) code of this RFI. 5) A Rough Order of Magnitude (ROM) is requested for 55 units. 6) Provide any commercial pamphlets or relevant additional information. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP) BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirements as stated in this synopsis. No Solicitation exists. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. 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 the Government without written permission in accordance with the legend. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information. Responses should be submitted electronically to the designated Contract Specialist, Sarah McCarty, in Microsoft Word format or Portable Document Format (PDF) at the following e-mail address: sarah.mccarty@navy.mil with the subject line "AOV RFI Response". TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. FBO is experiencing technical difficulties, which are preventing the response date and time from being selected. RFI RESPONSES ARE DUE BY 3:00 PM EASTERN ON 19 JUNE 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-15-RFI-0197/listing.html)
 
Record
SN03754338-W 20150606/150605000542-4c853cbe83bb586c5a50e6fdcc579f8f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.