Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2019 FBO #6470
SOURCES SOUGHT

J -- EAF M31 Support RFI

Notice Date
8/9/2019
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Contracts Department Hwy. 547 Attn:B562-3C Lakehurst NJ 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N6833519R0420-RFI
 
Response Due
8/23/2019
 
Point of Contact
Rene Brown, Phone 732-323-2780, Fax 732-323-2359
 
E-Mail Address
rene.brown@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) is for information and planning purposes only and does not constitute a Request for Proposal. It shall not be construed as a commitment by the Government to award a contract as a result of this request for information. The Naval Air Systems Command (NAVAIR), Naval Air Warfare Center Lakehurst NJ (NAWCADLKE) is requesting information from industry in order to identify land-based arresting gear manufacturers capable of providing a Contractor Logistic Support (CLS) for NAVAIR land-based arresting gear systems including supply support and overhaul of the Expeditionary Airfield (EAF) M31 Marine Corps Expeditionary Arresting Gear (MCEAGS). 1. PURPOSE: This notice is part of Government Market Research, a process for obtaining the latest information on the ‘art of the possible' from industry with respect to their current and near-term abilities. All company proprietary information contained in the response shall be separately marked. Any proprietary information contained in response to this request that is properly marked will be properly protected from unauthorized disclosure. The Government will not use proprietary information submitted from any one firm to establish the capability and requirements for any future systems acquisition so as to not inadvertently restrict competition. 2. OBJECTIVES: The objectives of this Request for Information (RFI) are to identify responsible sources and interested parties who have proven solutions that can meet or exceed NAVAIR requirements. 3. BACKGROUND: The mission of the NAVAIR Land-based Arresting Gear Program is to equip the US Marine Corps (USMC) and US NAVY to support USMC and Naval Aviation with the flexibility and capability to rapidly deploy and establish survivable, self-sustaining airfields in austere, expeditionary operating environments, as well as in permanent training environments. Land-based arresting gear systems have been in service for over 50 years. The permanent and expeditionary systems consist of two-units with tape reels attached to a braking system. These units are installed on opposite sides of a runway and connected by a Cross Deck Pendant (CDP). As an aircraft lands, its tail hook will catch the CDP and engage the braking system, which absorbs the aircraft's energy quickly and brings the aircraft to a stop. These systems are considered fully operational and deployed systems and as such require continuous support to ensure the systems and applicable documents are in a Ready For Issue (RFI) status. 4. REQUIREMENTS: A requirement by the government exists for the support of the NAVAIR Land-based Arresting Gear Program. This support will cover all Management, Continuing Engineering Support, Drawing Maintenance, Program Management and Integrated Product Team Support for the NAVAIR land-based arresting gear systems. This support will also cover all Depot Repair/Overhaul Support, Equipment Training Support and Supply System Transaction Support for the M31 MCEAGS. The Depot Repair/Overhaul Support will include all that is required to disassemble, refurbish and reassembly a M31 MCEAGS. Additionally this support will encompass all supply support required for procuring and storing of all parts required for Depot Repair/Overhaul in a Government Bonded Warehouse. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation, or an indication that the PMA251 Program Office or NAVAIR will contract for the items contained in the RFI. NAVAIR will not pay respondents for any information generated for or provided in response to this RFI. The Government will not reimburse the respondent for any costs associated with the information submitted in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. 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 of the Government without written permission in accordance with the legend. Submit your response in a Microsoft® Word or compatible format document in no more than twenty single-sided, single-spaced pages, 12-point, Times New Roman font, using a minimum of one-inch margins. Specific questions should be directed to, Ms. Rene Brown, Contract Specialist, Phone 732-323-2780 or Email rene.brown@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N6833519R0420-RFI/listing.html)
 
Record
SN05399755-F 20190811/190809230019 (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.