Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 10, 2022 SAM #7497
SOURCES SOUGHT

49 -- Nacelle Maintenance Stand

Notice Date
6/8/2022 7:15:00 AM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-22-RFI-0233
 
Response Due
7/8/2022 5:00:00 PM
 
Point of Contact
Theresa A. T. Mason, Phone: 2405871133
 
E-Mail Address
theresa.a.mason15.civ@us.navy.mil
(theresa.a.mason15.civ@us.navy.mil)
 
Description
REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.� This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This request for information does not commit the Government to contract for any supply or service whatsoever.� Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals.� Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. �Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. �Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. PURPOSE Naval Air Systems Command (NAVAIR), Naval Air Warfare Center, Aircraft Division, Lakehurst NJ (NAWCADLKE) is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off The Shelf (COTS) Engine Nacelle Maintenance Stand used at the Intermediate level of Maintenance at a land base facility for V-22 aircraft. SCOPE NAWCADLKE is seeking information regarding a Nacelle Maintenance stand that meets or exceeds the below characteristics.� The Government is seeking a maintenance stand that includes the following salient characteristics: Ability to be positioned either fore or aft of the V-22 engine nacelle when the nacelle is in the vertical take-off position. Incorporate extendable deck sliders that provide a safe working area for maintenance personnel to access the nacelle from any position. Incorporate means to adjust the height of the working surface to a maximum of 22 ft. The maintenance stand shall provide means to lock the working surface at any height from storage position to full extension. �The working platform shall be capable of supporting 1000 lbs. and shall have a minimum safety factor of 3 times the working load. This shall include:� Space for four maintenance personnel Tool boxes Provide means to connect to facility electrical power and air connections and extend connections to the working surface. The electrical and air connections required are NEMA class 120/60 Hz duplex style plugs for powering electric tools and standard �� industrial air couplings rated to a minimum of 135 psi. Provide the means to adjust the vertical or horizontal position of the safety railings. Meet OSHS safety requirements for aerial servicing platforms. Include minimum 10 inch diameter casters on each corner to facilitate moving and towing the maintenance stand. Incorporate means to tow the maintenance stand utilizing standard Navy and Marines Corp tow vehicles. Please provide the following information about a Nacelle maintenance stand. �General description of your Nacelle maintenance Stand �Identification of critical requirements for the Nacelle Maintenance stand. �Overview of your Nacelle maintenance stand concept of operation �Discuss critical information required for the use of your Nacelle Maintenance stand. �Describe environmental testing test methods �Provide any additional information you desire GENERAL GUIDELINES Your information package should not exceed 2 pages.� Any operation manual provided shall not be counted against this page limit.� Responses to this RFI should be submitted to Lakehurst Procurement via e-mail to theresa.a.mason15.civ@us.navy.mil no later than 30 days from the date of this posting. Responses to this RFI will not be returned.� Respondents will not be notified of the result of the review.� If a solicitation is released, it will be synopsized on the SAM.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3c0b875f2c4d4b1fa2d691745eef4ff3/view)
 
Record
SN06352136-F 20220610/220608230125 (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.