Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2018 FBO #5984
SOURCES SOUGHT

17 -- Legacy FA-18 Alignment Fixture Move - Draft SOW

Notice Date
4/10/2018
 
Notice Type
Sources Sought
 
NAICS
333514 — Special Die and Tool, Die Set, Jig, and Fixture Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893618R0056
 
Archive Date
9/30/2018
 
Point of Contact
Juliann Richardson, Phone: 760-939-8290, Debra A. Zamarron, Phone: (760) 939-9658
 
E-Mail Address
juliann.richardson@navy.mil, debra.zamarron@navy.mil
(juliann.richardson@navy.mil, debra.zamarron@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION: The Naval Air Systems Command, Weapons Division Contracts Department (Code 2.5.4.3), China Lake, California is conducting a market survey of industry in order to determine potential sources for the relocation of existing FA-18 Alignment Repair Fixture and FA-18 Intake Legacy Fixture within building 378, FRCSW, San Diego, CA. The contractor will be required to verify and record the alignment of the FA-18 fixtures, disassemble from its current location and relocate, reassemble, and re-align the fixture to its original specifications in its new location. BACKGROUND: Prior to disassembly and removal Contractor shall verify all details are present and functional. All details that are not present will be noted, given to the Designated Government Representative (DGR) for evaluation. If repairs are needed they shall be taken into consideration as a separate task and presented as an Engineering Change. DGR to determine if repairs deem the issue of a CO and/or contract modification to pay for the repairs. Prior to moving all alignment points will be measured using laser trackers to provide a starting point for the relocation of the fixture. The disassembly of the FA-18 Fixture shall be in a manner that will not jeopardize the structure or capability of the fixture. The use of forklifts, cranes and hand tools is authorized for the disassembly of the fixture. After disassembly contractor shall either use Forklifts to move to the other end of the building or load on to a truck(s) for transport to new location. After disassembly and transportation, the FA-18 Intake Legacy Fixture shall be staged at a designated area per the DGR outside of Bldg. 378 until the Legacy FA-18 Alignment Repair Fixture has been moved to the new location. The FA-18 Intake Legacy Fixture shall be covered and protected from wind, rain, and outside environment (tarp, plastic, etc.). Both FA-18 Fixture shall be re-assembled at the specified new location and aligned in accordance with specifications and requirements outlined in section 4.2 of this SOW and blueprint. OBJECTIVE: The applicable NAICS code for this requirement is 333514 with a small business size standard of 500 employees. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. If your company is a Small Business, please specify if your company is or is not each of the following: (a) Service-Disabled Veteran owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business to the Government's Contract Specialist Juliann Richardson. If this machine is offered via a GSA Schedule, please reference the corresponding GSA Contract Number in the capability statement submitted to the contract specialist. ***TO BE ELIGIBLE FOR THIS REQUIREMENT INTERESTED COMPANIES MUST BE ABLE TO PROVIDE EMPLOYEES WHO ARE CLEARED AND CAN OBTAIN ACCESS TO MILITARY BASE, NORTH ISLAND, CA. *** All interested sources shall submit the following information in a capabilities statement package (not to exceed 5 written pages, in files readable by Adobe Reader 10 or Microsoft Word 2007, to include no more than FIVE single-sided 8.5-11 inch pages, with no font smaller than 10 point.) demonstrating ability to perform the specific requirements discussed above. This documentation must address, at a minimum, the following: (1)Company details including: Company Name; Cage Code; DUNS Number; Company Address; Company Business Size; Technical and Management Points-of-Contact (POCs) -names, phone numbers, and e-mail addresses. (2)Prior/Current corporate experience performing efforts of similar scope within the last five 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 supplies described herein. (3)A capability statement that addresses the ability to meet the requirements defined in the Draft Technical and Logistics Requirements (See Attachment 1). (4)Details about any specific system configuration(s) that could potentially be offered to support a future solicitation, including technical component details and approximate costs. Note: The Government desires a breakout cost for all removable subcomponents (e.g., hard drives, mouse, optical drives, batteries, etc.) of the system configuration(s) offered. (5)Vendors may be requested, at a later date, to provide a machine for assessment purposes. To support this potentiality, the vendor should respond to the following questions: Does the vendor offer a demonstration product for potential purchasers? What is the maximum period of time that the vendor will make a demonstration product available to the Government for consideration? (6)Any other questions or recommendations regarding this sources sought. Submit capabilities statement package by email to Juliann Ricahrdson, juliann.richardson@navy.mil, AND Debra Zamarron, debra.zamarron@navy.mil, NLT 19 April 2018. The following restrictions apply: (1) Limit graphics; (2) the contents of the email cannot exceed 5MB; (3) Use standard file extensions: doc, xls, pdf, zip, ppt.; (4) The following attachments will not be received by recipients on the NMCI system:.avi,.bat,.cmd,.com,.dll,.eml,.exe,.pif,.scr,.shs,.vbs, and.vbe. Submittals are capability statements for consideration by the Government in acquisition planning. Interested parties are advised that the information submitted may not be used for procurement action. This announcement is for informational purposes only. 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 the 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/notices/5f1ff20c15aa85080f2aa63fd69b0613)
 
Place of Performance
Address: North Island, CA, United States
 
Record
SN04884265-W 20180412/180410230838-5f1ff20c15aa85080f2aa63fd69b0613 (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.