Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2024 SAM #8180
SOURCES SOUGHT

54 -- NAWCAD WOLF ATC&LS Mobile Shelter

Notice Date
4/18/2024 7:35:40 AM
 
Notice Type
Sources Sought
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833524RFI0178
 
Response Due
5/2/2024 1:00:00 PM
 
Archive Date
05/17/2024
 
Point of Contact
Lauren Clemmens
 
E-Mail Address
lauren.a.clemmens.civ@us.navy.mil
(lauren.a.clemmens.civ@us.navy.mil)
 
Description
Notice: Air Traffic Control and Landing Systems Mobile Shelter Request for Information PSC Codes� 5410 - Prefabricated and Portable Buildings 1740 - Airfield Specialized Trucks and Trailers NAICS Codes 332312�-�Fabricated Structural Metal Manufacturing 333998 - All Other Miscellaneous General Purpose Machinery Manufacturing 336212 - Truck Trailer Manufacturing 1.0 GENERAL INFORMATION 1.1 ����� 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 an obligation to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service. 1.2������ Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Air Traffic Control & Landing Systems (ATC&LS) Division has a requirement for Air Traffic Control & Landing Systems component procurements. 1.3�������� NAWCAD WOLF is soliciting information and comments from industry on its ability to provide a Mobile Shelter capable of commercial transport on a flatbed trailer to withstand all weather environments (to include corrosion), with EMI mitigations incorporated at Naval Air Stations. 2.0 CONCEPT 2.1������ NAWC WOLF is interested in products and capabilities comparable to those in Figure 1 that meet the following minimum requisite criteria: 2.1.1��� Final product must meet federal and state Department of Transportation commercial transport parameters ���������������� 2.1.2��� Final configuration is recommended to be 48-53 feet in length 2.1.3��� Final product must be able to support additional 16,000 lbs of weight above the axels and 15,000 lbs of hardware within the shelter - total weight not to exceed 48,000 lbs 2.1.4��� Shelter may potentially require Sensitive Compartmented Information Facility (SCIF) accreditation IAW ICS 705-02, please include options with and without accreditation standards. 2.1.5��� Final product must meet environmental engineering standards IAW MIL-STD-810H and MIL-STD-464C (climatic, shock and vibration, electromagnetic environmental effects) **Figure 1 � Conceptual Product Design for reference only, Industry not beholden to this configuration **SEE ATTACHMENT** 3.0 REQUESTED INFORMATION 3.1�������� Interested parties shall respond with existing capabilities or products that meet all or a subset of requested attributes.� Responses that include information detailing potential tradeoffs or alternative solutions are encouraged. 3.2�������� Respondents shall provide a detailed description of the following characteristics of their solution in their submission: 3.2.1���� Product specifications, sketches, or listings of authorized distributors (not included as part of the page count) 3.2.2���� List of authorized distributors 3.2.3���� Non-binding Rough Order of Magnitude (ROM) to include cost and schedule 3.2.4���� Operational capabilities and available accessories 3.2.4.1� Sensitive Compartmented Information Facility accreditation 3.2.4.2� Hardware accessories (i.e. outriggers, leveling, stabilization, access into working space)�� 3.2.5���� Dimensions. Include as applicable, standalone shelter AND shelter mounted on trailer/flatbed 3.2.5.1 Height 3.2.5.2 �Transit length 3.2.5.3� Transit width 3.2.5.4� Total weight 3.2.6���� Environmental Features: 3.2.6.1� Minimum and maximum operating temperatures 3.2.6.2� Maximum wind tolerance 3.2.6.3� Corrosion and moisture defense 3.2.6.4� EMI mitigation 3.2.7��� Proposed delivery information: 3.2.7.1� Time to production������������������������ 3.2.7.2� Estimated delivery schedule 3.2.7.3 Basic and extended warranty information 3.2.7.4� Any known risk factors regarding production/delivery delay 4.0 RESPONSES 4.1������ Section 1 of the response shall provide administrative information and shall include the following as a minimum: 4.1.1��� Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. 4.1.2��� Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). 4.1.3��� Country of origin for main component(s). 4.2������ Section 2 of the response shall provide technical information and shall include the aforementioned specifications and the following as a minimum: 4.2.1��� Specifications as delineated in RFI Section 3.0 � Requested Information. 4.2.2��� If applicable, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their proposed or comparable solution(s). Include a sponsor Point of Contact (POC) for each program, with email address and phone number. 4.2.3��� NAWC WOLF is interested in receiving vendors� price lists for items they believe meet the needs in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. 4.3������ How to respond 4.3.1��� Interested parties are to respond to this RFI with a PDF Document format. Responses shall be limited to 10 pages, not to include product specifications, sketches, and listings of authorized distributors. 4.3.2��� Responses shall be submitted via e-mail only to lauren.a.clemmens.civ@us.navy.mil no later than 02 MAY 2024, 4:00 P.M. EST. 4.3.3��� The government will accept and respond to questions submitted via email to lauren.a.clemmens.civ@us.navy.mil through 30 APRIL 2024, 4:00 P.M. EST. 5.0 ADDITIONAL INFORMATION 5.1������ The Government is seeking industry input to assist in identifying components that will meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. 5.2������ In response to this RFI, respondents should include product specifications with submission and proof of certifications. 5.3������ The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded IAW the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. 5.4������ Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the System for Award Management website: www.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/074f888830034323811c0c7842654259/view)
 
Place of Performance
Address: Saint Inigoes, MD, USA
Country: USA
 
Record
SN07035963-F 20240420/240418230100 (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.