Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2017 FBO #5544
SOURCES SOUGHT

K -- Upgrade/Replacement of the F402 Test Cell Throttle System

Notice Date
1/25/2017
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device 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
N68335-17-RFI-0020
 
Archive Date
2/23/2017
 
Point of Contact
Jennifer Betchen, Phone: 7323231193, Cindy A Scheper, Phone: 732-323-2408
 
E-Mail Address
jennifer.betchen@navy.mil, cindy.scheper@navy.mil
(jennifer.betchen@navy.mil, cindy.scheper@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N68335-17-RFI-0020 F402 Throttle System Upgrade THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. This is a Request for Information/Sources Sought notice to assist the Naval Air Warfare Center Aircraft Division (NAVAIR) Lakehurst, NJ in conducting market research of industry regarding a planned procurement for the Upgrade/Replacement the F402 Test Cell Throttle System for the F402 Jet Engine Test Cell located at the Fleet Readiness Center (FRC) East, Marine Corps Air Station (MCAS) Cherry Point, NC. As part of the throttle upgrade the DACS (Data Acquisition and Control System) computer, the National Instruments PXI/SCXI, and ProTECS software suites shall also be upgraded. The Test Cell Throttle Upgrade consists of the design, manufacture, delivery, installation, and acceptance testing of all necessary equipment assemblies and components to successfully test the F402 Vectored Thrust Turbofan Engine. The contractor's effort shall be limited to duplicating the test capability utilizing existing structural elements currently in place in the designated area. This shall include but not be limited to the existing engine exhaust ducting, existing monorail, existing foundations, and structural test cell elements. The PSC for this requirement is K049 the NAICS is 334519 with a size standard of 500 employees. All interested businesses are encouraged to respond. It is requested that interested parties submit to the contracting office a brief capabilities statement package (no more than 3 pages in length, single spaced, 12 point font minimum) demonstrating ability to meet the requirements, as described above. This documentation must address, at a minimum, the following: 1. Company Name; Company Address; CAGE Code, Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. 2. Company profile to include number of employees, office location(s), DUNS number, and a statement regarding current small/large business status- whether they are a 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. 3. Statement regarding capability. 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. 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. All responses should be received no later than 4:00 PM EST, 8 February 2017. Responses should be submitted electronically to the designated Contract Specialist, Jennifer Betchen, in Microsoft Word format or Portable Document Format (PDF) at the following e-mail address: jennifer.betchen@navy.mil. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. All interested parties should send company and descriptive literature as well as any comments or questions to the designated Contract Specialist, Ms. Jennifer Betchen, via e-mail to jennifer.betchen@navy.mil or fax (732) 323-7440. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought. Contracting Office Address: Naval Air Warfare Center Aircraft Division, Contracts Department, Code 252511JB, B562-3, Hwy 547, Joint Base MDL, NJ 08733.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-RFI-0020/listing.html)
 
Record
SN04381283-W 20170127/170125235044-615fa3c338033aefe794a3637a859ff9 (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.