Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2023 SAM #7926
SOURCES SOUGHT

66 -- Industrial X-ray Inspection Equipment

Notice Date
8/8/2023 5:08:46 AM
 
Notice Type
Sources Sought
 
Contracting Office
FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
 
ZIP Code
20670
 
Solicitation Number
N6852023R0259
 
Response Due
8/15/2023 1:30:00 PM
 
Archive Date
08/30/2023
 
Point of Contact
Karen Harris
 
E-Mail Address
karen.m.harris1@navy.mil
(karen.m.harris1@navy.mil)
 
Description
Fleet Readiness Center (FRC) East has Industrial X-ray Inspection Equipment that requires upgrade to the large parts x-ray inspection system and design a new EAPS X-ray equipment. The large parts x-ray inspection system is intended primarily to inspect rotor blades and flight control rods. The blades subject to radiographic inspection at FRC East are listed in A1-861PA-150-600, A1-489PB-150-100, and A1-V22AB-TIS-000.� The control rods subject to radiographic inspection at FRC EAST are listed in FRC EAST CP 68-53-HH-9782, FRC EAST CP 65-53-FF-9402 and FRC EAST CP 68-12-CC-8311. Scope: The purpose of this requirement is to upgrade X-ray equipment located in Buildings 4809. This procurement will provide the latest software, controllers, and extend capabilities to inspect the 53K rotary blades and EAPS. The current system only supports 53E blade inspections. To inspect the new, larger 53K blades, the existing Marietta NDT vault will be upgraded to support extended travel capability. Increasing this capability will entail modification to the current crane system, Marietta NDT�s proprietary System Control Software and InSight Imaging Software. All work performed by the contractor shall be accomplished in accordance with applicable OEM publications, technical directives, instructions, standards and procedures contained in pertinent manuals, utilizing blueprints, drawings or schematics. The Contractor must have or have access to all required documents and approvals to use OEM.� RESPONSES Please answer the following questions/provide the following feedback in your response to this RFI: Please identify your company's small business size standard based on the primary NAICS code of 334516. The small business size standard for this NAICS code is 1000 employees. For more information refer to http://www.sba.gov/content/table-smallbusiness- size-standards. Please identify, if your business is categorized as a small business by the SBA, or any of the following subcategories: Small Business (SB) Concern, 8(a), Small Disadvantaged Business (SDB), Woman-Owned Small Business, Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business, or a Service-Disabled Veteran-Owned Small Business. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under the primary NAICS code? If you are a SB please answer questions 2a & b. (a)� What percentage of this requirement do you plan to perform in house (not sub-contract out)? Also indicate (with supporting rationale) if/how your company would be compliant given the restrictions identified in the Defense Authorization Bill 2013, which states that at least 50 percent of the total contract cost will be performed by the small business prime contractor or small business similar situated entities. (b) If you are a small business, does your company have adequate resources, financial or otherwise, to perform the requirement? Provide confirmation that your company has or has access to all required documents and approvals to use OEM necessary to upgrade the equipment requested in the enclosed statement of work. Interested parties shall respond to questions 1-3 by 04:30 pm on 15 August 2023. All information submitted should support the offeror's capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these items and sent to Karen.M.Harris36.civ@us.navy.mil. Verbal responses are not acceptable and will not be considered. DISCLAIMER 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 is a sources sought market survey. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. There is no RFP available at this time. Any information submitted by respondents to this RFI is strictly voluntary. Responders are advised that the United States 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. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a RFP is released, it will be synopsized on the SAM.gov website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f39dcf42644d49fcad42f4e55f1b0214/view)
 
Place of Performance
Address: Cherry Point, NC, USA
Country: USA
 
Record
SN06782135-F 20230810/230808230106 (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.