SOURCES SOUGHT
49 -- H-1 Support Equipment
- Notice Date
- 3/11/2022 5:33:18 AM
- Notice Type
- Sources Sought
- NAICS
- 332710
— Machine Shops
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N68335-22-R-0164
- Response Due
- 3/16/2022 8:00:00 AM
- Point of Contact
- Michael Miller
- E-Mail Address
-
michael.t.miller248.civ@us.navy.mil
(michael.t.miller248.civ@us.navy.mil)
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This is a sources sought market survey. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. There is no RFP available at this time. Any information submitted by respondents to this RFI is strictly voluntary. Responders are advised that the United States Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a RFP is released, it will be synopsized on the SAM.gov website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Yoke rework cart, P/N: 18D11971-1, NSN: 4920-01-696-1168; Total quantity: 10 H-1 component maintenance cart, P/N: 18D11871-1, NSN: 4920-01-697-5817; Total quantity: 10� Tail rotor blade maintenance adapter, P/N: 18D11872-1, NSN: 4920-01-695-9210; Total quantity: 11 Maintenance stand, turret assy disassy, P/N: 18D11964-1, NSN: 4920-01-697-4424 Total quantity: 12 These items support USMC H-1 aircraft maintenance.� Interested parties may request the NAWCAD drawings which are export controlled; therefore, requests for the drawing must be accompanied with a valid and approved DD Form 2345.� For DD Form 2345 information, call DLIS in Battle Creek, MI at 800-352-3572 or http://www.dlis.dla.mil/jcp. These requests shall be made to michael.t.miller248.civ@us.navy.mil by 15 March 2022. RESPONSES Please answer the following questions/provide the following feedback in your response to this RFI: Please identify what existing capabilities that meet all or a subset of the processes outlined above that your company has. If you don�t already have a capability listed above, how do you intend to meet that requirement? Do you anticipate shipping all items, picking up/delivering, or a combination of both? Do you anticipate the ability to fabricate or refurbish all the items listed above within 6 months? If not, what lead time do you anticipate for delivery of new or refurbished parts? Please identify your company's small business size standard based on the primary NAICS code of 332710. The small business size standard for this NAICS code is 500 employees. For more information refer to http://www.sba.gov/content/table-smallbusiness- size-standards. Please identify, if your business is categorized as a small business by the SBA, or any of the following subcategories: Small Business (SB) Concern, 8(a), Small Disadvantaged Business (SDB), Woman-Owned Small Business, Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business, or a Service-Disabled Veteran-Owned Small Business. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under the primary NAICS code? If you are a SB please answer questions 5a & b. (a) What percentage of this requirement do you plan to perform in house (not sub-contract out)? Also indicate (with supporting rationale) if/how your company would be compliant given the restrictions identified in the Defense Authorization Bill 2013, which states that at least 50 percent of the total contract cost will be performed by the small business prime contractor or small business similar situated entities. (b) If you are a small business, does your company have adequate resources, financial or otherwise, to perform the requirement? Please provide any other pertinent information. Interested parties shall respond to questions by 16 March 2022.� All information submitted should support the offeror's capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these items and sent to michael.t.miller248.civ@us.navy.mil. Verbal responses are not acceptable and will not be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/181e15677e344b35bc91b3c7bc47ae98/view)
- Record
- SN06265213-F 20220313/220311230107 (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 |