Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2020 SAM #6763
SPECIAL NOTICE

53 -- AERODOME FABRIC - RFI

Notice Date
6/3/2020 7:53:17 AM
 
Notice Type
Special Notice
 
NAICS
314910 — Textile Bag and Canvas Mills
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Response Due
6/5/2020 2:00:00 PM
 
Archive Date
06/20/2020
 
Point of Contact
Lee Ann Mizelle, Phone: 3013423606
 
E-Mail Address
leeann.mizelle@navy.mil
(leeann.mizelle@navy.mil)
 
Description
REQUEST FOR INFORMATION � Package Name: NAWCAD WOLF AERODOME PSC Code: 5340 � Hardware, Commercial NAICS Code: 314910 � Textile Bag and Canvas This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). Naval Air Warfare Center Aircraft Division (NAWCAD), Webster Outlying Field (WOLF) has a requirement to for an aerodrome fabric that matches the following specs. This RFI is only for the fabric. Dimensions: Footprint: 120� Long x 60� Wide Interior Dimensions: 116� x 55� minimum with a minimum sidewall height of 30�; 40� high (plus or minus 2�) at highest point inside. Location: Wind Loads: Naval Air Warfare Aircraft Division (NAWCAD) Webster Outlying Field (WOLF), St. Inigoes, MD, 20684 Snow Loads: NAWCAD WOLF, St. Inigoes, MD, 20684 Final location will be approximately 300-500 feet from water (Potomac River). Truss Constraints: Span:� No interior supports between walls. Fabric Constraints: Rain Permeability:� Waterproof Wind Permeability:� 0% Color:� White Translucency:� Fabric must be partially translucent (transmit daylight into the interior).� No artificial interior lighting is planned.� Government will base fabric selection on a minimum of 10 foot-candles illumination on floor of enclosure with doors shut on December 21st at midday in cloudy weather.� Government goal is 30 foot-candles. Durability:� Minimum 10-year durability acceptable, with interior lighting being the primary driver for the selection. Bidder should specify an option for 20-year fabric as well as 10-year, along with fabric translucency and strength data. Access Doors: Personnel access: Two total -- One in each end-wall, with external lock mechanism over-ridden from inside for emergency escape. Equipment access:� One 12� x 12� (approximately) slat-type roll-up door with manual crank and provision for lock. Ventilation: Passive vents sized as recommended for climate at NAWCAD WOLF to prevent interior condensation.� Vents should be equipped with bird exclusion screens. Bidder can specify an option for solar-powered active ventilation if available, to supplement passive ventilation, providing performance specifications and cost with bid. Documentation: Bidder will include preliminary drawings with dimensions and recommendations for erection equipment with quote.� Delivered material will include complete assembly drawings and instructions. Shipping:� Drop shipping to: Naval Air Warfare Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) B8115 St. Inigoes, MD 20684 This RFI is issued as part of a procurement strategy for NAWCAD WOLF UAS Flying RESPONSES Requested Information Section 1 of the response shall provide administrative information and shall include the following as a minimum. Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum. Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count. If applicable, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor Point of Contact (POC) for each program, with email address and phone number. The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION The Government is seeking industry input to assist in identifying components that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. 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 IAW 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 solicitation 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 beta.SAM website: https://beta.sam.gov/. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties shall respond within five (5) days days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed ten (10) pages) via e-mail no later than June 2, 2020 at leeann.mizelle@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/360aafefb6d94a0b828f1a2d8688f7a7/view)
 
Record
SN05678426-F 20200605/200603230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.