SOURCES SOUGHT
58 -- Support Tube and Adapter Plates for SPN-46(V)
- Notice Date
- 4/29/2016
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment 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
- N68335-16-RFI-0234
- Archive Date
- 5/25/2016
- Point of Contact
- Eric L. Waterman, Phone: (732) 323-2559, Danielle Ramos, Phone: 732-323-1077
- E-Mail Address
-
eric.waterman@navy.mil, danielle.ramos1@navy.mil
(eric.waterman@navy.mil, danielle.ramos1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 Engineering, Prototyping and Business Operations Division of Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River (Code 4.11.5.1) supports the In-Service Engineering Agent (ISEA) for Precision Approach and Landing Systems (PALS) suite of equipment. The ATC Approach Systems Branch provides technical and engineering support for the AN/SPN-46(V) Radar Set, while 4.11.5.1 Engineering and Prototyping Branch provides procurement, testing and depot level support for the platform. Two parts are required for this procurement, a support tube and a matching adaptor plate set. These carbon fiber parts provide structural support to several critical radio frequency (RF) waveguide components, providing protection against shock, vibration, and environmental effects. Generally these parts are constructed of carbon fiber pre-impregnated with epoxy resin. The approved design specifies the cloth and resin of this composite material. The support tube is a capped cylinder of approximately 8 layers of fabric with a steel base flange. The adapter plates are each a half-circular plate with holes drilled and a rectangular cut out in the center of the radius. Adapter plates shall have a flatness tolerance of ± 0.0035", which is a deviation from the drawing. These parts will not have any paint finishing actions by the contractor. 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). 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 shall include product specifications and sketches with submission. • Respondents should provide a detailed description of the following characteristics of their solution in their submission: 1. Total quantity of either of the subjective parts sold to the Navy/DoD. 2. Date of delivery of the first unit (Expected Lead Time) 3. Date of delivery of most recent unit 4. Basic and extended warranty information • 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. Include a sponsor POC for each program, with email address and phone number. • Respondents shall include a list of authorized distributors, if applicable. 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 receiving vendors' commercial published price lists for items they believe meet the requirement of this RFI, as well as, identification of long lead item(s), sub-system(s), or system(s). Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts point of contact identified below. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competitor. All information received in response to this 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. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will 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 Federal Business Opportunities website: www.fbo.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 to the Technical Point of Contact, John Goldbach, at john.goldbach@navy.mil.. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later 10 May 2016. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-16-RFI-0234/listing.html)
- Place of Performance
- Address: ., United States
- Record
- SN04100978-W 20160501/160429234646-d7e0ba6be396e9c31fa60a4557f2b6fa (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 |