Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2026 SAM #8826
SOURCES SOUGHT

16 -- Rotodome Non Destructive Inspection Coupon Set

Notice Date
1/23/2026 4:36:04 AM
 
Notice Type
Sources Sought
 
NAICS
335991 — Carbon and Graphite Product Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-26-R-0476
 
Response Due
2/7/2026 6:00:00 AM
 
Archive Date
02/22/2026
 
Point of Contact
Matthew VanDeventer
 
E-Mail Address
matthew.d.vandeventer.civ@us.navy.mil
(matthew.d.vandeventer.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Pursuant to FAR 15.201(e)- This is a Request for Information only. There is no solicitation package available. This Sources Sought notice is being posted to satisfy the requirements of Defense Federal Acquisition Regulation Supplement (DFARS) 206.302-1(d). This acquisition is for a set of representative E-2D rotodome shell sample coupons to support Non-Destructive Inspection (NDI) testing with an Olympus Bondmaster model 1000e or equivalent. This set shall consist of material samples of various �zones� found on the rotodome shell. It is anticipated that a set of approximately 10 coupons will be required to provide representative samples of the various zones of the E-2D rotodome. It is anticipated that each coupon will be sized to 9.5� x 24� x 1� (approximately). The number of coupons and size of coupons is a flexible parameter, which may be adjusted as needed to include all required representative in-service defects (e.g. skin to core disbonding, crushed core damage, delamination) and associated repairs (representing both good repairs and common types of unacceptable repairs). Each coupon must be uniquely marked with a part number. Each coupon will be constructed as a composite sandwich panel, as follows: � Core � Commercial-off-the-shelf aerospace-grade structural honeycomb products. Exact product specifications would be provided as part of potential future solicitation package. � Skin � Commercial-off-the-shelf aerospace-grade pre-impregnated fiber-resin fabric products. Exact product specifications and laminate schedule (material specification and orientation of each ply) would be provided as part of potential future solicitation package. Laminate will be autoclave / vacuum-bag cured to OEM specifications. Each coupon will include a number of representative defects, which may include, but not limited to, machining of slots between skin and core, flat bottom holes, corefill sections, etc. Cut sides of coupons will be protected to prevent both injury to maintainers and damage to core. Coupons will be kitted within a protective transit case that includes an identification placard on the exterior and a contents placard within. Kitted assembly must be protected from harsh shipboard flight-deck and transport environments, which would include driving rain, transit drops, vibration, sunlight exposure, temperature extremes, and low pressure (altitude). If a formal solicitation for the coupon set results from this RFI, then full technical requirements will be provided as part of the solicitation package. It is requested that interested businesses submit to the contracting office a product information package for design and manufacturing of NDI test coupons that can fully or substantially meet the requirements stated herein. This documentation should address the following: 1. Company Name; Company Address; Cage Code; Company Business Size (include special designations); and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. 2. Information on relevant design and manufacturing capabilities (e.g., manufacturing capabilities (particularly in the domain of composite sandwich panels), company brochures, test reports, relevant production work, applicable standards and/or) as available. 3. Quality management systems and certifications. 4. Material sourcing strategy 5. Product sustainment and sustainment planning services Send your responses to the POC in accordance with the response date of this RFI-Sources Sought. This RFI is issued for information and planning purposes and is issued in conformance with DFARS PGI 206.302-1; it does not constitute an Invitation for Bid (IFB), a Request for Proposals (RFP), or a Request for Quotes (RFQ). This RFI does not commit the Government to contract for any supply or service whatsoever. The Government WILL NOT pay for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. Respondents are notified that a formal solicitation may be announced under a separate SAM announcement. Any requests for copies of solicitations will not be addressed since this is an RFI, not an IFB, RFP or RFQ. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. 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. Please be advised that all submissions become Government property and will not be returned. All interested parties should send company information and descriptive literature on currently available products that meet the Navy's requirements, as described above. With the response, include a point of contact, phone number, email address, website information, DUNS number, CAGE Code, and Business Size Status for the North American Industry Classification System (NAICS) code of this RFI. Any responses in reference to this RFI shall be submitted electronically to the Point of Contact associated with this RFI no later than the requested responses date.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/003917b3368046baa57ceae342211779/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07695933-F 20260125/260123230040 (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!  © 1994-2026, Loren Data Corp.