Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOURCES SOUGHT

54 -- Mobile Facilities (MF) - CDRLs - Statement of Work

Notice Date
1/18/2018
 
Notice Type
Sources Sought
 
NAICS
#332311 — Prefabricated Metal Building and Component 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-RFI-0141
 
Archive Date
2/17/2018
 
Point of Contact
Kalil O'Neal, Phone: 7323237491
 
E-Mail Address
kalil.oneal@navy.mil
(kalil.oneal@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW CDRLs This is a Request for Information/Sources Sought notice to solicit comments, questions and feedback from industry regarding a planned procurement of Navair Mobile Facilities (MF) ISO Rigid Wall Shelters. The MF is a mobile habitable ISO shelter that is eight (8) feet wide by twenty (20) feet long by eight (8) feet high made of Foam and Beam construction that will be built to the drawing package specifications. MF's will be used to support the testing and operation of various avionics gear by the Marine Corps in training and expeditionary scenarios and can easily be integrated with Environmental Control Units and Mission Equipment. NAVAIR 1339AS build-to drawing package will be supplied with the eventual solicitation. We intend to procure one First Article Test (FAT) unit of each type (#1339AS500-1, 1339AS501-1, 1339AS700-1, 1339AS900-1, 1339AS1000-1, 1339AS1101-1) for production testing by the contractor to meet standards in accordance with NAVAIR 1339AS and all related Convention for Safe Container (CSC) requirements. Upon successful completion of the required shelter testing, the Government intends to place orders on a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (ID/IQ) type contract of up to a total of approximately 560 production units over a five-year period of performance (#1339AS500-1 Qty 80, 1339AS501-1 Qty 80, 1339AS700-1 Qty 240, 1339AS900-2 Qty 80, 1339AS1000-1 Qty 80, 1339AS1101-1 Qty 80). The FAT units will constitute the minimum quantity on the contract with a maximum amount of 560 additional production units. INFORMATION REQUESTED: Interested vendors are requested to provide the following: - Company description - Provide manufacturing capabilities, including relevant history manufacturing similar type shelters. - Provide examples and photographs of manufactured products of similar size and complexity. - Provide photographs and square feet of production space; a fixture to assemble shelters; a crane to rotate and move shelters and a large paint booth. - Provide Quality Assurance systems in place, certifications, capabilities, and qualifications. - Discussion on whether a throughput requirement of 56 shelters within 180 calendar days is feasible. - Provide any additional information that will assist in understanding responses to this RFI. All other specifications listed are marked with Distribution Statement D, which authorizes distribution of the document to U.S. Government agencies and their contractors because data contains critical technology. Please contact Kalil O'Neal, NAVAIR Contract Specialist, at Kalil.oneal@navy.mil to request a copy of the specifications. In order to receive a copy of the specifications, all vendors must provide a current and active Cage Code to confirm their status as a U.S. Government contractor. Cage code status will be confirmed via the System for Award Management (SAM) at www.SAM.gov. For assistance in registering your company, please engage the SAM helpdesk at https://fsd.gov/fsd-gov/home.do. 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 services 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. ELIGIBILITY: The PSC for this requirement is 5411; the NAICS is 332311. 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 (no more than 10 pages in length, single spaced, 12 point font minimum) 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. The capability statement package shall be sent via email to AIR- 2.5.2.5.1 NAVAIR Lakehurst Contracts, Kalil O'Neal, kalil.oneal@navy.mil. Submissions must be received at the office cited no later than 4:45 p.m. Eastern Standard Time on 02 February 2018. 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. CONCLUSION 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-RFI-0141/listing.html)
 
Record
SN04792914-W 20180120/180118231110-9946faab8fd4d0b249c4e2c78609773b (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.