Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2011 FBO #3406
SOURCES SOUGHT

J -- KC-130J VIP Seating to Support Kuwait Air Force

Notice Date
3/21/2011
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-11-R-0053
 
Point of Contact
Lindsey M Metcalf, Phone: 301-757-5923
 
E-Mail Address
lindsey.metcalf@navy.mil
(lindsey.metcalf@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems (NAVAIR), Patuxent River, MD is issuing this Request for Information (RFI) as part of a market research and information gathering process to determine the availability of sources capable of providing business class palletized seating and medical evacuation (MEDEVAC) ambulatory pallets for the KC-130J aircraft that will be located in Kuwait to support the Kuwait Air Force (KAF). All parts must be compatible with the C-17 aircraft. These requirements are tentative in nature and the responses received will be used for planning purposes only. Respondents should submit Rough Order of Magnitude (ROM) pricing and availability for the below elements: 1) Business Class Palletized Seating a) Three (3) leather business class seating pallets with eight (8) seats per pallet b) One (1) pallet with a lavatory, galley and closet 2) Business class seating module: Same requirements as above but located in a module structure that can be easily secured in and removed from the aircraft. 3) MEDEVAC/Ambulatory Pallets a) Pallets that contain both non-intensive care litters and seat pallets b) Pallets with non-intensive care litters c) Operational pallets with intensive care Life Support Trauma and Transport (LSTAT) All packages shall include the following: a) Ground Support Package b) Setup and Training in Kuwait c) Technical Data (Operational, Maintenance, Illustrated Parts Breakdown) d) Spares Package Interested parties should provide complete service details, brochures, and any other technical information with regard to their particular company to include company name, address, point of contact, email address, phone number and fax number. Please also respond to the following questions: (1) Is your business a large or small business and how many employees? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified hub zone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) Are your services listed on a GSA schedule? (8) Do you have other government agencies using similar services, and if so which agencies, POCs and contract numbers? (9) Is there any other corporate information that would be necessary to aid the Government in making an informed assessment? Interested Parties may submit responses either via email or hardcopy. Submission via email is preferred. For responses submitted via email, the email and any attachments MUST be less than 8 MB in size. If necessary, Interested Parties may submit its responses in multiple emails. Emailed responses shall be sent to lindsey.metcalf@navy.mil. Please submit responses no later than 2:00 p.m. (EST) on 21 April 2011. Interested Parties electing to mail or hand deliver responses shall address all packages to the Contract Specialist and deliver to the following address: DEPARTMENT OF THE NAVY, NAVAL AIR SYSTEMS COMMAND, CONTRACTS DEPARTMENT (AIR 2.3.5.2), ATTN: Lindsey Metcalf, 21487 Great Mills Road, Bldg. CAB III, Suite B, Great Mills, MD 20653. All packages shall reference the RFI number N00019-11-R-0053 and all enclosed documents on the mailing container. All submissions must be unclassified. Responses must be submitted in English and formatted using no less than a 12-point normal font (no reduction permitted), single-spaced with 1-inch margins all around. All electronically submitted materials shall be formatted for standard 8.5 x 11 inch paper. All pages shall be numbered sequentially with volume and page numbers. Responses submitted electronically must be fully compatible with Microsoft Office 2003 (MS Word or MS Excel) and the latest Adobe Acrobat Reader. Provide one hardcopy and one CD-ROM in Microsoft Office 2003 format, if mailed or hand delivered. If proprietary information is included in the response, please mark the proprietary information appropriately and provide disposition instructions. Any information that is not marked as proprietary will not be considered as proprietary and may be subject to disclosure to third parties. NAVAIR will not return submissions or hold industry debriefings. Foreign Participation: To participate, a foreign firm may be required to team with a U.S. firm that possesses a U.S. facility clearance with technologies/data safeguarding capabilities, inclusive of the authority to receive critical technology and/or data required to execute this program. Any resultant contractor teaming or license agreements between U.S. firms and foreign firms, to include employment of foreign nationals by U.S. firms, shall be in accordance with current U.S. export laws, security requirements, and National Disclosure Policy, and shall require the prior approval of the contracting officer and foreign disclosure officer. The U.S. Government will provide foreign disclosure guidance to U.S. firms upon request. Responses to this RFI are NOT a request to be added to a prospective offeror's list or to receive a copy of the solicitation. Important Information: Unless otherwise stated herein, no additional written information is available. Requests for these will be disregarded. This RFI is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP), nor does it restrict the Government in determining or planning its acquisition approach. The Government will not reimburse interested sources for any costs incurred in preparation of a response to this notice. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released it will be synopsized in Fed Biz Opps (https://www.fbo.gov). It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-11-R-0053/listing.html)
 
Record
SN02405469-W 20110323/110321234358-6e8b843f0e1aa7b98eec64edbf422df0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.