Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2017 FBO #5850
SOURCES SOUGHT

17 -- RFI MHU-83D/E, Truck, Lift, Aerial Stores, P/N: 971480-30

Notice Date
11/27/2017
 
Notice Type
Sources Sought
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery 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
N68335-18-RFI2-0108
 
Archive Date
1/11/2018
 
Point of Contact
Christopher Fazio, Phone: 7323234068
 
E-Mail Address
Christopher.fazio1@navy.mil
(Christopher.fazio1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) 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 (NAWCAD) Lakehurst, NJ in conducting market research of industry regarding a planned procurement for the MHU-83D/E, Truck, Lift, Aerial Stores, NSN 1730-01-446-2422 (P/N 971480-30). The Naval Air Warfare Center Lakehurst is requesting vendor information and past experience pertaining to the manufacturing capability and capacity of industry related to the MHU-83D/E. The government is requesting a Rough Order of Magnitude (ROM) to manufacture approximately 250 units based on similar manufacturing efforts and industry experience. Indicate approximate lead time, recommended lot size deliveries, and notional schedule to manufacture the MHU-83D/E Trucks. Brochures, manufacturing capability and capacity, and past performance information should be included in the RFI response. ROM values are to be used for program planning purposes and not to be considered binding. MHU-83D/E is shown in Figure 1. Figure 1: MHU-83D/E THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible vendors capable of providing production of the requirement described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The Government may or may not elect to discuss submissions received in response to this RFI with individual responders. ELIGIBILITY: The PSC for this requirement is 1740; the NAICS is 333924. All interested businesses are encouraged to respond. SUBMITTAL INFORMATION: It is requested that interested businesses submit to the contracting office a brief capabilities statement package demonstrating ability to meet the requirements outlined above. This documentation must address, at a minimum, the following: •1. Company Contact Information to include: 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 and DUNS number; •3. Statement regarding capability If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in the specifications. All interested parties must submit written responses, preferably via electronic mail. The Navy does not intend to award a contract on the basis of this request or otherwise pay for the information solicited. While the Navy 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. The Navy will not use any information provided to level your company's approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Navy 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 Navy 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/RFQ that may be issued. Information provided in no way binds the Navy 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 vendor's responsibility to monitor this site for the release. All responses should be received NO LATER THAN 12:00 PM EST, Wednesday, 27 December 2017. Responses should be submitted electronically to the designated Contract Specialist, Christopher Fazio, in Microsoft Word format or Portable Document Format (PDF) at the following e-mail address: Christopher.Fazio1@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, Mr. Christopher Fazio, via e-mail to Christopher.Fazio1@navy.mil 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 RFI/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/N68335-18-RFI2-0108/listing.html)
 
Place of Performance
Address: JBMDL, Lakehurst, New Jersey, 08733, United States
Zip Code: 08733
 
Record
SN04749134-W 20171129/171127230842-5d1790f87553c068016e3282b30cb459 (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.