SOURCES SOUGHT
66 -- Mobile Magnetic Particle Unit (MMPU)
- Notice Date
- 10/16/2024 10:02:04 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
- N68335-25-RFI-0273
- Response Due
- 10/30/2024 1:00:00 PM
- Archive Date
- 11/14/2024
- Point of Contact
- Justin Panecki, Phone: 7322281189, Terrence Shearer, Phone: 7323232788
- E-Mail Address
-
justin.p.panecki2.civ@us.navy.mil, terrence.d.shearer.civ@us.navy.mil
(justin.p.panecki2.civ@us.navy.mil, terrence.d.shearer.civ@us.navy.mil)
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.�THERE IS NO SOLICITATION PACKAGE AVAILABLE.� The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ seeks to identify potential sources and request information for a procurement of the Mobile Magnetic Particle Unit (MMPU).�The MMPU is a portable, ruggedized system that provides AC and HWDC Magnetization for Magnetic Particle capability for Navy and Marine Corps Intermediate level Nondestructive Inspection (NDI) testing shipboard. The MMPU is categorized as Class 3 Common Support Equipment, in accordance with MIL-PRF-28800F; i.e., equipment is designed for operational environments where conditions are routinely encountered in a diverse climate. The objective is to replace an existing obsolete system.�The MMPU Requirement shall include, but not be limited to the following constraints: Technical: �1.�������The MMPU shall be capable of operating in a Class 3 environment, as defined by MIL-PRF-28800. The MMPU is to be used shipboard and ashore by I-level maintenance personnel. �2.�������The replacement MMPU shall meet or exceed 1500A AC and HWDC (2000A preferred). �3.�������The replacement MMPU shall have demagnetization capability. �4.�������The MMPU shall be a form-fit-function replacement that has minimal training, no calibration impacts to the existing protocols, and that allows for sustainment of the system for a minimum of ten (10) years from the date of installation. �5.�������The MMPU shall be designed to have no-to-minimal impacts on existing aircraft inspection procedures.� �6.�������The MMPU shall include a cart for mobility and the summed weight of the system and cart shall not exceed 250 lbs. �7.�������Responses shall include a detailed list of all compatible accessories. Logistics: �1.�������System operation/maintenance is not to require any special tools �2.������� Logistics Support Package including but not limited to: �a.��������Technical Manuals in MIL-STD-3001 format �b.�������Logistics Management Information �c.��������Provisioning Technical Documentation �d.�������Training Course Update Documentation Interested companies are requested to provide information on products/services similar in scope and effort.��No Government-Furnished Information will be provided in conjunction with this RFI. The Government does not own technical data rights to the existing proprietary MMPU hardware. Respondents to this RFI may provide catalogs, drawings/illustrations, technical manuals, training descriptions/materials, warranty information, testing documentation, brochures and/or any other documentation that describes their capability to design, develop, manufacture and support an effort of the type described herein. In addition, it is requested that respondents identify government and/or commercial customers to whom same or similar equipment and logistics support packages have been delivered.�Provide customer points of contact, including a telephone number, e-mail address/web site, company size, quantities sold along with dates sold, and a description of the unit(s). This RFI is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute a Request for Proposal or commitment by the Government.�This RFI is issued sole for the market research information and planning purposes and does not constitute a solicitation.��Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the government.��No reimbursement will be made of any costs to provide information in response to this RFI or any follow-up information requests.�This RFI is a market research tool being used to determine potential and eligible vendors capable of meeting the requirements described herein prior to determining the method of acquisition and issuance of a Request for Proposal.� In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.�All information sent should reference this RFI title & number on the subject response line of the emailed response as well as on all enclosed documents. Responses must include the company name, address, point of contact name and email/phone, and company size. Proprietary data must be marked on a page-by-page basis and will be kept confidential and protected where so designated. Failure to respond to this RFI does not preclude participation in any future RFP that may be issued. Any comments provided may or may not be included in a formal solicitation. Responses must be received in writing no later than October 30, 2024 by 4 pm EDT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/516de8db6b714034844ebcd758498361/view)
- Record
- SN07242041-F 20241018/241016230109 (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 |