Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 22, 2022 SAM #7631
SOURCES SOUGHT

17 -- Improved Weapons Assembly Stand (IWAS)

Notice Date
10/20/2022 12:08:38 PM
 
Notice Type
Sources Sought
 
NAICS
332710 — Machine Shops
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833523RFI0028
 
Response Due
11/20/2022 1:00:00 PM
 
Point of Contact
Gianna V Gatto, Phone: 7323231270
 
E-Mail Address
gianna.v.gatto.civ@us.navy.mil
(gianna.v.gatto.civ@us.navy.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. �THERE IS NO SOLICITATION PACKAGE AVAILABLE. � This is a Request for Information/Sources Sought Notice to assist the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ in conducting market research of industry regarding a planned procurement of an Improved Weapons Assembly Stand (IWAS) to be used as Armament Weapons Support Equipment (AWSE). NAWCAD Lakehurst is requesting information of industry�s capability of manufacturing and testing the IWAS that is currently being designed to support Naval Aviation operations.� The IWAS is being developed to replace the legacy A/F32K-1A Large Bomb Assembly Platform Stand. The IWAS is being designed largely of welded steel tubing and aluminum & stainless alloy machined parts. It will also include polyurethane rollers, web straps, and standard hardware. COTS parts and mil-spec hardware will be used to the maximum extent possible. The IWAS size will be approximately 30� wide X 30� tall X 60� long. In the event IWAS becomes an actual procurement, industry will be provided with build-to-print drawings and will be responsible for manufacturing the IWAS in accordance with those drawings.� IWAS design concept is shown in Figure 1, attachment to RFI. The IWAS will need to undergo the following shipboard environmental requirements: 1.� Shipboard shock (MIL-S-901E) 2.� Humidity Testing (MIL-STD-810, method 509) 3.� Salt Fog Testing (MIL-STD-810, method 509). 4.� Proof Load Testing. IWAS will have the capacity of 2,000 lb. NAWCAD Lakehurst is seeking the following information from industry vendors to demonstrate how they can meet the requirements listed above: Vendor capability. Vendor capacity. Documentation demonstrating that the vendor is capable of manufacturing IWAS in accordance with a level 3 technical drawing package that includes Geometric Dimensioning and Tolerancing (GD&T). Any information on past performance of similar efforts.� All interested parties should have the following: A certified welding process in accordance with American Welding Society (AWS). Quality assurance program that is ISO9001 compliant or equivalent. The capability of either performing the shipboard environmental testing listed above or contracting and managing the testing via a subcontractor. Along with the interest and information on the above, it is requested that estimated price information is provided. The government is requesting a Rough Order of Magnitude (ROM) to manufacture and test 4 pilot units. Additionally, the government is requesting a ROM to manufacture 25 units, 100 units, and 270 units.� In response to the RFI, indicate approximate lead time and notional schedule to manufacture and test the four pilot units. Also indicate approximate lead time and notional schedule to manufacture the additional quantities, namely 25 units, 100 units, and 270 units.� Brochures, manufacturing capability and capacity, and past performance information may be included in the RFI response.� ROM values are to be used for program planning purposes and not to be considered binding.� It is requested that information be submitted NO LATER THAN 20 November 2022 to Ms. Gianna via electronic mail at: gianna.v.gatto.civ@us.navy.mil.� Ms. Gatto may also be reached at (732) 323-1270. Respondents are notified that a formal solicitation MAY NOT necessarily result from the RFI.� Any comments provided may or may not be included in a formal solicitation.� The Government WILL NOT PAY for any information received in response to this RFI nor will the Government compensate any respondent with 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 the Government without written permission in accordance with the legend.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ef1556ce6c4a426f842b5285a7d9126c/view)
 
Record
SN06499743-F 20221022/221020230059 (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.