Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2023 SAM #7732
SOURCES SOUGHT

66 -- PROCUREMENT OF ONE DEPOT LEVEL ROTARY ELECTRO-MECHANICAL ACTUATOR SYSTEM (REMAS)

Notice Date
1/26/2023 4:41:24 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
 
ZIP Code
20670
 
Solicitation Number
N68520-23-RFPREQ-613000K-0103
 
Response Due
2/15/2023 9:00:00 AM
 
Point of Contact
Ndidiamaka Umeh, Tiffany Crayle
 
E-Mail Address
ndidiamaka.n.umeh.civ@us.navy.mil, tiffany.crayle@navy.mil
(ndidiamaka.n.umeh.civ@us.navy.mil, tiffany.crayle@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Naval Air Systems Command, Commander Fleet Readiness Center (COMFRC) Patuxent River, Maryland intends to procure a Firm-Fixed Price (FFP) type contract on a competitive basis for ROTARY ELECTRO-MECHANICAL ACTUATOR SYSTEM (REMAS) provided to Fleet Readiness Center Southwest (FRCSW) � North Island. Services will be in direct support of Fleet Readiness Center at SW � North Island Actuator Shop consisting of manufacture, performance, reliability, and inspection necessary to procure one (1) new Depot-Level REMAS for the purpose of testing Rotary Actuator of Air Force F-5 Aircraft of Aerospace Actuator. The present Actuator Test Stand is over 45 years old, parts are extremely hard to find thus making repairs almost impossible. The system therefore in need of a new actuator test stand, as it is obsolete and a single point of failure that jeopardizes the readiness of the fleet. The anticipated period of performance (PoP) for this acquisition will be 30 September 2023 to 29 September 2024. �The place of performance FRCSW � North Island, Building 378 in Coronado, California. The Government is contemplating a competitive contract with FFP Labor CLIN and warranty CLIN. The PoP is one year with an anticipated start in FY2023. The successful offeror will be required to have a Government approved accounting system. Please see the DRAFT Statement of Work Statement (SOW) and DRAFT Contract Data Requirement List (CDRLs) for the entire set of requirements. DISCLAIMER ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SUBMIT A CAPABILITY STATEMENT. THE RESULTS OF THIS SOURCES SOUGHT WILL BE UTILIZED TO DETERMINE IF ANY SMALL BUSINESS SET-ASIDE OPPORTUNITIES EXIST. ALL SMALL BUSINESS SET-ASIDE CATEGORIES WILL BE CONSIDERED. OTHERWISE, THIS MARKET RESEARCH IS BEING USED TO IDENTIFY POTENTIAL AND ELIGIBLE FIRMS, OF ALL SIZES, PRIOR TO DETERMINING THE COMPETITIVE METHOD OF ACQUISITION AND ISSUANCE OF A SOLICITATION. 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 RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Any resultant solicitation(s) is anticipated to be released and awarded on SPS contracting system.� This sources sought will be posted on SAM at https://www.SAM.gov. It is the responsibility of the potential offerors to monitor SAM for additional information as the direct method of communication with the Government. ELIGIBILITY Product Service Code (PSC) for this requirement is 6670 � Scales And Balances; North American Industry Classification System (NAICS) Code is 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing with a size standard of 1,250 (# of employees). SUBMITTAL INFORMATION (CAPABILITIES STATEMENT) Interested businesses shall submit brief capability statements (no more than 10 pages in length, single spaced, 11 point font minimum) electronically in Microsoft Word or Portable Document Format (PDF) to Ndidiamaka Umeh at ndidiamaka.n.umeh.civ@us.navy.mil no later than 12:00 PM Eastern Standard Time (EST) on February 15, 2023. All responses must include the following information: Company Name; Company Address; and Point-of-Contact (POC) name, phone number, and e-mail address. Declaration as to whether a U.S. or foreign company; Company size (Small or Large according to the identified NAICS and size standard identified); If your company is a small business, specify type(s), provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners. No phone or email solicitations with regard to the status of the solicitation will be accepted prior to its release. All data received in response to this Sources Sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Capability statement packages should demonstrate the ability to perform the services listed in the attached SOW and CDRLs. This documentation must address, at a minimum, the following: Reference to the SAM.gov Notice ID N68520-23-RFPREQ-613000K-0103 and title of the SOW, PROCUREMENT OF ONE DEPOTLEVEL ROTARY ELECTRO-MECHANICAL ACTUATOR SYSTEM (REMAS), being referenced; Interested contractors should provide Information highlighting experience in manufacturing, assembling, installation, start-up, commissioning, validation, calibration, technical and training data, and training support, logistics support, reviews, meetings and data of a depot level Rotary Electro-Mechanical Actuator System where the Contractor is responsible for providing material, services and support documentation needed to complete the tasks identified in the SOW; Information provided should specific technical skills your company possess which ensures capability to perform the tasks in the SOW and CDRLs; Prior/current corporate experience performing efforts of similar size and scope within the last five (5) years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government�s consideration and evaluation of the information submitted. Questions and comments are highly encouraged. Vendors should appropriately mark any data that is proprietary or has restricted data rights If the company finds itself not capable to perform all parts of the SOW and CDRLs, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontracts, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. If your company has any questions about the structure of the SOW or CDRLs, or areas that may need further definition, please also identify those in the response. Responses to this Sources Sought, including any capability statements and communications regarding this solicitation, shall be electronically submitted via email. All responses must be sufficient in detail to permit agency analysis to establish bona fide capability to meet requirements. Primary Point of Contact: Ndidiamaka Umeh, Contract Specialist Email: ndidiamaka.n.umeh.civ@us.navy.mil Secondary Point of Contact: Tiffany Crayle, Contracting Officer Email: tiffany.l.crayle.civ@us.navy.mil Procurement Group Office Address: Naval Air Systems Command (NAVAIR) Commander, Fleet Readiness Centers (FRCs) 47038 McLeod Rd, Bldg. 448 Patuxent River, MD 20670 United States
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ec22edcfb2344b08a000b4a4e350a31d/view)
 
Place of Performance
Address: Coronado, CA 92118, USA
Zip Code: 92118
Country: USA
 
Record
SN06575037-F 20230128/230126230112 (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.