SOURCES SOUGHT
49 -- On Board Oxygen Generating System (OBOGS)
- Notice Date
- 1/27/2017
- 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-R-0099
- Archive Date
- 2/18/2017
- Point of Contact
- Desiree I. Pendleton, Phone: 7323232155
- E-Mail Address
-
Desiree.Pendleton@navy.mil
(Desiree.Pendleton@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ is requesting information pertaining to the requirements for a joint procurement for the Australia F/A-18F (Super) Program (FMS Case: AT-P-SCI), Australia F/A-18G (Growler) Program (FMS Case: AT-P-RBS), Finland F/A-18 Program (FMS Case: FI-P-LBD), and the United States Navy. This procurement is for a total quantity of (16) Test Set, TTU-520A/E, P/N: 1582AS500-2, NSN: 4920014228691, Australia F/A-18F will receive a quantity of 2, Australia F/A-18G (Growler) a quantity of 3, Finland F/A-18C/D a quantity of 5, and the United States Navy a quantity of 6. This also includes a quantity of (1) Test Set, TTU-518A/E, P/N: 1779AS500-2, NSN: 4920014298089, for Australia F/A-18G (Growler). This also includes a quantity of (1) Complete Drawing Package for a quantity of (3) Support Equipment Test Sets, 1582AS500-2 (TTU-520), 1779AS500-2 (TTU-518), and 3300156-6102 (TTU-452), which will be purchased by the United States Navy. This also includes a total quantity of (3) individual spares packages for P/N: 1582AS500-2 (Test Set, TTU-520A/E) that are platform specific for the Australia F/A-18F (Super) platform, Australia F/A-18G (Growler) platform, and Finland F/A-18C/D platform. THE GOVERNMENT DOES NOT POSSESS THE TECHNICAL DATA PACKAGE TO ALLOW FOR A COMPETITIVE PROCUREMENT. The Government is seeking industry input to assist in identifying features and approaches to meet the general requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Interested sources should provide requirement information including previous efforts and related data to Ms. Desiree Pendleton, desiree.pendleton@navy.mil no later than 10 days after the post date of this RFI. All information sent should reference this RFI number on the subject response line of the emailed response as well as on all enclosed documents. Responses must include the company name, address, point of contact name and email/phone, and company size. Proprietary data MUST be marked on a page-by-page basis and will be kept confidential and protected where so designated. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. Respondents may provide information and Rough Orders of Magnitude (ROM) on any currently available product or company capabilities that will meet the Navy's requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-R-0099/listing.html)
- Record
- SN04383446-W 20170129/170127234144-52da8fd47bf962beea54e74f9c8d2c2e (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 |