SOURCES SOUGHT
K -- Market Survey for Potential Improvements in Selected Systems/Subsystems of the F/A-18 Aircraft - Package #1
- Notice Date
- 3/18/2013
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- AIR410MLAY
- Archive Date
- 5/15/2013
- Point of Contact
- Candice D. Byrd, Phone: 3017574587, Amber F Wood, Phone: 301.757.5907
- E-Mail Address
-
candice.byrd@navy.mil, amber.f.wood@navy.mil
(candice.byrd@navy.mil, amber.f.wood@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 2 - Industry Response Worksheet Attachment 1 - Systems/Subsystems of Interest DISCLAIMER This request for information is for informational purposes only. This is not a request for proposals. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligations to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. INTRODUCTION The North American Industry Classification System (NAICS) code for this acquisition is 541712 (Aircraft Parts, and Auxiliary Equipment, and Aircraft Engine Parts) with a size standard of 1000 employees. The Product Service Code (PSC) is K016 (Modification of Aircraft Components); however, there are additional opportunities (i.e. teaming) for companies who predominantly work under PSC code H916 (Other Quality Control/Services/Aircraft Components). The intent of this request for information (RFI) is to identify potential opportunities in the areas of reliability/maintainability improvement or cost reduction as related to selected systems/subsystems of the F/A-18 aircraft. This document is a market survey for the purpose of determining market interest, feasibility, and capability of potential sources and does NOT constitute a Request for Proposals. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. This constitutes the start of market research and will be used for planning purposes only. Please note that no use of Government funding from Programs of Record (POR) is authorized to respond to this market survey. REQUIRED CAPABILITIES The purpose of this RFI is to assess improvement initiatives for F/A-18 aircraft parts that are experiencing degradation due to wear and tear, as well as age. The systems/subsystems of interest that each respondent shall access and provide their improvement initiative(s) are provided in Attachment 1 of this RFI. Specific questions that shall be completed for each initiative are listed in Attachment 2 of this RFI. For each of the systems/subsystems, the Navy is interested in any potential to: • Improve reliability, • Reduce cost, or • Improve maintainability (reduction in man-hours and elapsed maintenance time (EMT) SUBMITTAL INFORMATION Please provide responses using the attached Microsoft Excel spreadsheet, "Industry Response Worksheet." This standardized Excel spreadsheet of pertinent attributes should be filled in as much as possible. If responses go beyond the system/subsystem being discussed, please include details in the Additional Comments section. Respondents may provide multiple responses. Each response should be provided as a separate tab in the same Excel workbook. Responses to this RFI may be proprietary to the responding company. Clearly identify the proprietary elements of the information. All responses should be labeled appropriately and will be handled accordingly. Responses must be UNCLASSIFIED. The following information must be included in the RFI response in order to verify credentials: 1. Company profile to include: company name, company physical and mailing addresses, points-of-contact information including name, phone number, fax number and e-mail addresses for technical, contractual, and security purposes, number of employees, office location, CAGE code, DUNS number, and a statement regarding current small business size status under the associated NAICS code; 2. Statement of capability demonstrating background, experience, skills, ability and availability to fulfill the Government's requirements described herein, to include recommended improvements. This can also include current or past performance of providing this or similar products to the Government. 3. Identify system/subsystem of interest 4. At the contractor's discretion, include a descriptive paragraph of the initiative (optional) Responses to this RFI shall be submitted electronically by email to michael.lay@navy.mil. Responses shall be received no later than 10:00 a.m. Eastern Standard Time on 30 April 2013. Classified material SHALL NOT be submitted. Please submit all questions related to this RFI via email to candice.byrd@navy.mil or alternatively at 301-737-2756. This announcement is NOT A REQUEST FOR PROPOSAL nor does the Government intend to pay for any information submitted in response to this RFI. This RFI does not commit the Government to award a contract. This RFI is for market research only and any procurement resulting from this announcement will be synopsized separately. The electronic copy of your response must be in Microsoft Office 2003 or Adobe Acrobat 8.0 readable formats. Following a review of the responses received, NAVAIR may elect to schedule one-on-one meetings with some respondents or ask follow-up questions to gain additional information about the proposed solution(s). NOTE: This RFI is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotes (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. The Government is only seeking possible sources and information for the Analysis of Alternatives and future needs. No solicitation document exists. However, respondents to this Request for Information will not be excluded from consideration for contract participation in any potential follow-on hardware development activity. All information received in response to this notice will not be returned. No reimbursement will be made for any costs to provide information in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. Availability of any formal solicitation will be announced under a separate Federal Business Opportunities announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/AIR410MLAY/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN03014530-W 20130320/130318235302-98457261c534108132aeddd697e2bde6 (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 |