Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
SOURCES SOUGHT

49 -- Towable Passenger Stairs

Notice Date
5/1/2017
 
Notice Type
Sources Sought
 
NAICS
332323 — Ornamental and Architectural Metal Work 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-0114
 
Archive Date
5/23/2017
 
Point of Contact
Audrey G Lewis, Phone: 7323234701, Stefanie Applegate, Phone: 7323237395
 
E-Mail Address
audrey.lewis@navy.mil, stefanie.applegate@navy.mil
(audrey.lewis@navy.mil, stefanie.applegate@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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 sources available to meet USN needs for the procurement of Common Support Equipment (CSE) required to support the P-8A aircraft. The procurement is for the manufacture of Towable Passenger Stairs. The USN base quantity is 11 each and the USN option quantity is 1 each. At this time, pending market research results, NAVAIR Lakehurst, NJ intends to conduct a full and open competition for the procurement for the required Towable Passenger Stairs. The salient characteristics required for the Towable Passenger Stairs are as follows: - Stairway width must be 48" - Berthing area width must be 118" - Ground clearance must be 6" plus/minus 1" - Step load capacity must be a minimum of 700lb - Berthing area load capacity must be a minimum of 1000lb - Wheels must have 2 fixed non-pneumatic/hard rubber wheels and 2 hard rubber caster wheels - Brakes must have 4 jack pads used for securing stair into place after docking is complete - Hydraulic raising system must be b oth Pneumatic and manual options - Must have p rovisions for towing - Must have f orklift pockets - Must not have canopy overhead Additionally, in order to be eligible for award the contractor must be compliant with ISO 9001. The Contractor shall have in place a production quality assurance (QA) system compliant with ISO 9001. This QA system shall be able to ensure that manufactured configuration items are built to print, functional, and reliably made IAW controlling technical drawings, specifications and standards. Each item manufactured as part of this contract shall have passed a Government final inspection prior to DD-250. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes; it does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), or a Request for Quote (RFQ). This RFI does not commit the Government to contract for any supply or service whatsoever. The Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. Respondents are notified that a formal solicitation may not necessarily result from this RFI. Availability of any formal solicitation may be announced under a separate Federal Business Opportunities announcement. Any requests for copies of solicitations will not be addressed since this is an RFI, not an RFP. 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. 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. Please be advised that all submissions become Government property and will not be returned. In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Respondents shall include product specifications with submission. Product specification, sketches, or listings of authorized distributors will not count as part of the page limitation. At a minimum, respondents must address the following: (1) Company name and address; (2) Company point of contact including email address and phone number; (3) company's business size (specifically identify if 8A, WOSB, etc., if applicable) and list of North American Industry Classification System (NAICS) codes under which goods and services are provided; (4) substantiating support addressing the company's capability and experience with similar efforts. 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) and schedule for deliveries of completed sets. 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. 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 Please submit your response to this RFI (not to exceed 10 pages) via email no later than 5:00PM E.S.T 8 May 2017 to the following individual: Ms. Audrey Lewis at Audrey Lewis@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-RFI-0114/listing.html)
 
Record
SN04491888-W 20170503/170501235524-f8b77271df92d047105d71ea91f99182 (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.