Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
SOURCES SOUGHT

16 -- V-22 Snatch Block Pulleys

Notice Date
5/8/2017
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-18-RFPREQ-PMA-275-0050
 
Archive Date
6/7/2017
 
Point of Contact
Esther L. Ngounou, Phone: 3017575237, Rick Paskoski, Phone: 301-757-5226
 
E-Mail Address
esther.ngounou@navy.mil, rick.a.paskoski@navy.mil
(esther.ngounou@navy.mil, rick.a.paskoski@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 Description The Naval Air Systems Command (NAVAIR) in support of the V-22 Joint Program Office (PMA-275) is seeking sources to provide Snatch Block Pulleys. This announcement constitutes a Sources Sought Synopsis. This is NOT a Request for Proposals. The following information is provided to assist the United States Navy in conducting Market Research to determine potential suppliers capable of providing the hardware described herein prior to determining the method of acquisition and issuance of a request for proposal. These requirements are subject to change and the information provided below is for informational purposes only. The final requirement will be defined under a formal Request for Proposal. 2.0 Requirements The V-22 is a globally deployed long-range tiltrotor aircraft. The program of record includes 360 MV-22, 50 CV-22, and 48 Navy CMV-22 variants. The objective of this effort is to procure the following component as listed below. The Government requires that these components be a form, fit and function direct replacement for current systems. All original equipment manufacturers warranties, installation engineering services and access to technical documentation in support of installation and sustainment are required as part of this procurement. The Contract type is anticipated to be a Firm-Fixed Price (FFP). Item Description: Snatch Block Pulley Quantity: 64 (MV-22) and 8 (CV-22) 3.0 Eligibility The applicable NAICS code is 336413 with a Small Business Size standard of 1,250 employees. The Product Service Code (PSC) is 1680. This is intended for small businesses only. 4.0 Requested Information It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (following the formatting guidelines for submission in Section 5.0) demonstrating ability to provide the listed component. This documentation must address, at a minimum, the following: (1) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the services described herein and (2) company profile to include number of employees, annual revenue history, office location(s), and DUNS number. 5.0 Responses Data Markings. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: "For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only." Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. All submissions must include a statement which clearly allows for the information to be disclosed to covered Government support contractors. International Traffic in Arms Regulation (ITAR). If the respondent is a foreign concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. Submissions. The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information within 15 days of the publication date of this Notice. It is requested that the response have a page limit of 20 pages on 8.5 x 11 inch paper with one inch margins and font no smaller than 10 point Times New Roman, and that the response be in English. Classified information material SHALL NOT be submitted. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone, fax number, and e-mail address. Responses to this Notice shall be sent via e-mail to Esther Ngounou at esther.ngounou@navy.mil and Rick Paskoski at rick.a.paskoski@navy.mil. 6.0 Questions Questions regarding this sources sought can be directed to Mrs. Esther Ngounou at esther.ngounou@navy.mil. 7.0 Disclaimer THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-18-RFPREQ-PMA-275-0050/listing.html)
 
Record
SN04499805-W 20170510/170508234716-bd15238de975c4d27c441c403bf226b3 (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.