Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SPECIAL NOTICE

16 -- REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT - 17SNB86_spec_note_ATT_1

Notice Date
4/20/2017
 
Notice Type
Special Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016417SNB86
 
Archive Date
6/6/2017
 
Point of Contact
Jason Radar,
 
E-Mail Address
jason.rader@navy.mil
(jason.rader@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
17SNB86_spec_note_ATT_1 N00164-17-S-NB86 - REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT - Manufacturing of various parts and components in support of EA-18G and P-8A aircraft and supporting platforms FSC: 1680 NAICS 336413 Issue Date: 21 April 2017 Closing Date: 22 May 2017 - 2:00 PM EDT REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - The Government is issuing this RFI/sources sought announcement as part of market research for The Crane Division, Naval Surface Warfare Center (NSWC Crane) and is seeking information for market research purposes relative to technologies available to support manufacturing efforts related to EA-18G and P-8A aircraft components, as well as various other related platforms. The purpose and objective of this announcement is to find highly qualified fabrication facilities with expertise in the following areas: • Precision machining operations such as sawing, grinding, turning, and milling of both metallic and non-metallic materials • Welding, fabrication, and assembly of metallic and non-metallic materials and components to produce completed assemblies in accordance with drawings or 3-D models and within the defined tolerances • Other various machine shop services including but not limited to water jet cutting, plasma & laser cutting, hot and cold forming, tool & die fabrication, as well as inspection & certification. • Composite capabilities such as autoclave operations, prepreg and wet lay-up operations, grinding, sanding, patching/repair work, debulking, testing, and certification of materials and adhesives. Additionally, prospective vendors will be required to submit a product sample, of the government's choosing, in order to display expertise in either machining and fabrication, or composite fabrication, or both areas. Product samples requirements will be identified in any resultant request for proposals (RFP) and will be due at time of proposal identified within any resultant RFP. The Closing Date for receipt of comments/submission of "White Papers" on this RFI is 22 May 2017. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. This announcement is a public invitation. Failure to participate or provide written feedback to Attachment 1 (Draft Statement of Work), will not preclude abstaining vendors from bidding on possible future solicitations. This announcement is part of the full-, free-, and open- competition process, which encourages industry and academia to help shape Government requirements to match what is possible, affordable, and timely. Failure to participate in this full-, free-, and open- competition process or to provide written feedback may result in a future Government Statement of Work and/or specification over which the abstaining vendors have limited influence in the acquisition process, and may deprive abstaining vendors of potentially valuable direct early interaction with contracting officials and acquisition planners. This announcement does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U. S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Any information provided that is marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this program is appreciated. Interested parties are strongly encouraged to submit an initial synopsis (commonly referred to as "white paper"). This white paper should not exceed 20 pages written (Times New Roman, 12 font) or MS PowerPoint slides, (exclusion of supporting information such as commercial literature, catalogues, manuals, etc.), with an executive summary (one page or less) on the effort, a technical description, identification of risks, current Technology Readiness Level (TRL), operational availability data, and Reliability-Availability-Maintainability (RAM) data. Interested sources are encouraged to submit responses /input to Attachment 1 (Draft Statement of Work) in order to further shape the Statement of Work prior to solicitation and should submit responses/input along with their white paper electronically or in hard copy to the Points of Contact (POCs) listed below. NSWC Crane, 300 Highway 361 Mr. Jason Rader - Code WXSV - Building 3234 Crane, Indiana 47522 Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Responses to the RFI shall include the following: Submitter's Name Street Address, City, State, nine (9) digit Zip Code Point of Contact (POC) POC Telephone and facsimile numbers Announcement Number: N00164-17-S-NB86 This Request for Information (RFI) is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR). This announcement does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. Responses to this notice cannot be accepted as offers. The U. S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement or participate in the Industry Day. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Nothing in this announcement constitutes an obligation on the part of the U.S. Government, nor is the Government tasking any offeror to develop any technologies described herein. Any information provided that is marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. The Government may elect to visit, or host a visit, from any potential sources following the market survey. Your interest in this program is appreciated. All interested parties should provide the requested information regarding this announcement no later than 1400 EDT on or before the closing date as specified at the beginning of this solicitation, at the Naval Surface Warfare Center, Crane Division. White papers may be submitted any time prior to expiration of this announcement. Responses received after 1400 EDT on the closing date may not be considered in the government's analyses. All information received in response to this notice that is marked proprietary will be handled accordingly. NSWC Crane makes no implied or in fact contracts by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the NSWC Crane's view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. All information provided becomes U.S. Navy property and will not be returned. All proprietary information will be treated appropriately. Your interest in this response is appreciated. Electronic or hard-copy submissions will be reviewed if received by the closing date and time. Electronic submissions regarding this announcement may be directed to Mr. Jason Rader, Phone:(812) 854-5474, E-mail:jason.rader@navy.mil. Hardcopy submissions should be mailed to the following: Mr. Jason Rader, Code WXSV, Bldg. 3234, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Please refer to announcement number N00164-17-S-NB86 in all correspondence and communication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNB86/listing.html)
 
Record
SN04479885-W 20170422/170420235708-ed2a22d8ea589a3e79ca9010420055ed (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  © 1994-2020, Loren Data Corp.