Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 17, 2020 SAM #6897
SOURCES SOUGHT

99 -- Vertical Take-Off and Landing Mat System

Notice Date
10/15/2020 7:39:47 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833521RFI0027
 
Response Due
11/15/2020 9:00:00 AM
 
Archive Date
11/30/2020
 
Point of Contact
Robert A. Megill, Phone: 7323237627, Melissa Bucci, Phone: 7323231578
 
E-Mail Address
Robert.Megill@navy.mil, melissa.bucci@navy.mil
(Robert.Megill@navy.mil, melissa.bucci@navy.mil)
 
Description
This is a sources sought synopsis.� This Request for Information (RFI) is for information and planning purposes only and does not constitute a Request for Proposal and should not be construed as a commitment by the Government to award a contract as a result of this request for information.� The Naval Air Warfare Center Aircraft Division Lakehurst (NAWCADLKE) is seeking sources for the procurement of a proven solution for a Vertical Take-off and Landing (VTOL) mat system that can support USMC rotary and tilt-rotor aircraft. The Expeditionary Airfield (EAF) Concept is a shore based, aviation weapons support system which permits deployment of landing force aircraft within effective range of ground forces. This concept allows for the construction of portable, reusable, forward-deployed airfields which can be assembled in a building block concept for the rapid introduction of air power. These airfields are currently constructed using AM2 Mat aluminum-alloy panels. The AM2 Mat expanses can be assembled to form an airfield's runways, taxiways, parking areas, and other areas required for aircraft operations and maintenance.� Interested companies may submit relevant product specifications or literature that meet Government requirements as delineated below. Broad industry participation is desired but NAVAIR is primarily interested in designs that are currently in production. Material identified as company proprietary provided in response to this RFI will be treated as such by the Government. Eligibility The applicable NAICS code for this procurement is 336413 with a size standard of 500 employees. In addition, small businesses are required to provide the following information to enable the Government to determine eligibility. Company ability to perform at least 50% of the tasking described in the requirements. Company classification. For example; large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. Requirements Structural Load Capabilities Relevant product specifications and literature shall detail the system�s structural load capabilities and associated trafficking data, if available. Include relevant parameters such as type/model/series of aircraft, subgrade conditions (i.e. California Bearing Ratio (CBR)) and gradient requirements. � Thermal Load Capabilities Relevant product specifications and literature shall detail the system�s thermal loading capabilities such as the intensity and exposure time the system can survive. � Subgrade Preparation Requirements Relevant product specifications and literature shall detail the subgrade preparation requirements including bearing capacity (i.e. CBR) and gradients. � Subgrade Anchoring Requirements Relevant product specifications and literature shall detail how the system interfaces with and is secured to various subgrades. � Material Handling Equipment Relevant product specifications and literature shall detail the system�s ability to interface with material handling equipment (e.g. Forklifts), if required, while the system is operational/installed and during a non-operational mode (i.e. transportation). � Transportability & Packaging Relevant product specifications and literature shall detail the system�s transportation, packaging and sub-packaging attributes. For example, how is the system packaged and how much square footage is yielded from a single package or system? Is the system ISO or DoD shipping compatible? � Physical Characteristics Airfield panels shall be fabricated from a metallic structure. Relevant product specifications and literature shall detail the panel/mat metallurgical properties such as alloy composition.� Relevant product specifications and literature shall detail any unique manufacturing processes and operations (i.e. Friction Stir Welding). Relevant product specifications and literature shall detail the panel/mat dimensional characteristics. Relevant product specifications and literature shall detail the panel/mat unit weight. � Installation Rate Relevant product specifications and literature shall detail the installation rates including the manpower required. � Maintenance Relevant product specifications and literature shall detail the system�s criteria and requirements for maintenance. � Tooling Relevant product specifications and literature shall detail any special tooling requirements for installation, maintenance, removal and reconstitution of the package(s). � Training Relevant product specifications and literature shall detail the system�s training requirements and whether training is provided by the manufacturer. � User Guide/Manual Relevant product specifications and literature shall indicate whether or not a user guide/manual has been developed. � Capability Package Submittal Information and Instructions The Government requests interested companies submit documentation to address the following information: Company Name and Address; applicable CAGE code, company point of contact and position along with contact information. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a definitive statement of current small/large business status. Manpower to include the number of company employees and applicable skill sets. Interested companies are invited to submit a Capabilities Package of no more than 20 pages in length, single spaced, 12 point font minimum. For any Capabilities Packages that exceed 20 pages, the Government will only consider the first 20 pages inclusive of any title pages or table of contents. The Capabilities Package will be used to determine a company's ability to meet the requirements herein and the information requested in the Capability Package Submittal Information and Instructions 1-3. The Government may subsequently opt to conduct company site visits to further determine eligibility and capability. Please note that this Request for Information 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 Government is not obligated to award a contract as a result of this announcement. The Government will NOT reimburse companies for any expenses incurred to prepare the Capability Package Submittal Information. The Government will not reimburse the respondent for any costs associated with the information submitted in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. The Government will not release any information marked with a Proprietary Legend, received in response to this RFI, to any firms, agencies, or individuals outside of the Government without written permission in accordance with the legend. All interested sources are encouraged to respond to this synopsis no later than 15 November 2020. All responses should be delivered via E-Mail to Robert Megill, at robert.megill@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f98a0dd0f7f1400cb942881396bed7f2/view)
 
Record
SN05829195-F 20201017/201015230142 (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.