SOURCES SOUGHT
53 -- Aircraft Lanyards - Drawings
- Notice Date
- 5/21/2014
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, Commander, NAWCWD, Code 220000D, 429 E. Bowen Rd - Stop 4015, China Lake, California, 93555-6100, United States
- ZIP Code
- 93555-6100
- Solicitation Number
- N68936-14-R-0127
- Archive Date
- 6/8/2015
- Point of Contact
- Sarah N. Ferrucci, Phone: 7609392378, Debra A. Zamarron, Phone: (760) 939-9658
- E-Mail Address
-
sarah.ferrucci@navy.mil, debra.zamarron@navy.mil
(sarah.ferrucci@navy.mil, debra.zamarron@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Arming Clip and Lanyard Assembly BLU-122 Fuze Arming Clip and Lanyard Assembly F-15E Fuze Lanyard Assembly F-15E Initiator Swivel and Clip Assembly Clip Split Swivel Eye Swivel Link INTRODUCTION: The Naval Air Systems Command, Weapons Division Contracts Department (Code 2.5.4.2), China Lake, California, is conducting a market survey of industry in support of the U.S. Air Force (USAF) to determine interested sources that have the ability to successfully provide aircraft lanyards and allow the customer to be present during First Article Testing of every 50th piece part. Ultimately, the U.S. Air Force desires to procure the following: 2,000 Arming Clip and Lanyard Assemblies for the BLU-122 Fuze; 2,000 Arming Clip and Lanyard Assemblies for the F-15E Fuze; 2,000 Swivel and Clip Assemblies; 2,000 Lanyard Assembly F-15E Initiators. BACKGROUND: The USAF utilizes precision guided munitions (PGMs) as part of its air supremacy mission around the globe and to ultimately achieve our national objectives. In order to do so, it must utilize reliable hardware to effectively employ precision weapons in support of air-to-ground operations. The USAF has a requirement for 2,000 of each of the following part numbers: 9330909 / 9330920 / 200612201 / 9330908. OBJECTIVE: The objective is ultimately to collect information regarding potential sources capable of providing the requirements listed in the sources sought. In addition to searching the market for qualified manufacturers/ vendors, the results of the sources sought may be utilized to determine if any Small Business Set-Aside opportunities exist per North American Industry Classification System (NAICS) code 336413, small business standard of 1,000 employees. All Small Business Set-Aside categories will be considered. The Government requests that all companies, both Large and Small, submit their business size by NAICS code. If your company is a Small Business, please specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUB Zone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small business to the Government's Contract Specialist, Sarah Ferrucci (contact information listed below). If any of the hardware is offered via a GSA Schedule, please reference the corresponding GSA Contract Number and contract expiration date in the capability statement submitted to the contract specialist. Through this sources sought, the USAF seeks input from potential vendors on their ability to provide cost-effective hardware that meet the technical requirements listed in Attachments 1-7. Vendors must also allow the customer to be present during First Article Testing for every 50th piece part at the manufacturing facility. REQUIRED CAPABILITIES: All hardware must be built according to the drawings listed as Attachments 1-7 to the sources sought. The vendor must allow the customer to be present during First Article Testing for every 50th piece part (for each part number) at the manufacturing facility. Each of the four parts must be packaged individually in its own sealed plastic bag. The individual plastic bags must then be packaged in a cardboard box. At a minimum, there should be at least four cardboard boxes; one for each part number. Because of the size of the item, they will not be required to be marked individually; rather required markings IAW MIL-STD-130 will be applied to each sealed plastic package as well as the outer cardboard box. SUBMISSION DETAILS: All interested sources shall submit the following information in a capabilities statement package (not to exceed 5 written pages, in files readable by Adobe Reader 10 or Microsoft Word 2007, to include no more than FIVE single-sided 8.5-11 inch pages, with no font smaller than 10 point) demonstrating ability to perform the specific requirements discussed above. This documentation must address, at a minimum, the following: (1) Company details included: Company Name; CAGE code; DUNS Number; company Address; Company Business Size; Technical and Management Points-of-Contact (POCs) - names, phone numbers, and e-mail addresses (2) Prior/ Current corporate experience performance efforts of similar scope within the last five years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government Point of Contact with current telephone number, a brief description of how the contract referenced relates to the supplies described herein. (3) A capability statement that address the ability to meet the requirements defined in this sources sought including the following: produce 2,000 Arming Clip and Lanyard Assemblies for the BLU-122 Fuze, 2,000 Arming Clip and Lanyard Assemblies for the F-15E Fuze, 2,000 Swivel and Clip Assemblies, 2,000 Lanyard Assembly F-15E Initiators according to the associated drawings; allow the customer to be present during First Article Testing for every 50th piece part; package all parts individually as described. If submitting capabilities statement package by e-mail, the following restrictions apply: (1) Limit graphics; (2) the contents of the email cannot exceed 5MB; (3) Use standard file extensions: doc, xls, pdf, ppt.; (4) The following attachments will not be received by recipients on the NMCI system:.avi,.bat,.cmd,.com,.dll,.eml,.exe,.pif,.scr,.shs,.vbs,.vbe, and zip.; and (5) Send To: sarah.ferrucci@navy.mil. If submitting capabilities statement package by mail and providing a computer disc: (1) Use CD-R disc; (2) Provide two discs; (3) Send to: Commander Code 220000D, NAWCWD, Attn: Sarah Ferrucci, 429 E. Bowen Ave, MS 4015, China Lake, CA 93555-6108 (4) Contact the contract specialist, Sarah Ferrucci, by e-mail or phone call to notify of a package submitted by mail. Any questions regarding this sources sought must be submitted to the Contract Specialist by e-mail no later than 29 May 2014 at 10:00 a.m. PST. Submittals are capabilities statements for consideration by the Government in acquisition planning. Interested parties are advised that the information submitted may not be used for procurement action. This announcement is for informational purposes only. DISCLAIMER: "This sources sought is for informational purposes only. This is not a request for proposal. 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 obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of the responses to this announcement. Any information submitted by Respondents to this technical description is strictly voluntary."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D2/N68936-14-R-0127/listing.html)
- Record
- SN03372256-W 20140523/140521234336-d0524ad5cf12c45f24cb41b8caac6b3f (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 |