Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 21, 2022 SAM #7630
SOURCES SOUGHT

99 -- Retractable sheaves CVN80

Notice Date
10/19/2022 9:32:24 AM
 
Notice Type
Sources Sought
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-23-RFI-0022
 
Response Due
10/24/2022 1:00:00 PM
 
Point of Contact
Jonathan Lopes
 
E-Mail Address
jonathan.a.lopes.civ@us.navy.mil
(jonathan.a.lopes.civ@us.navy.mil)
 
Description
REQUEST FOR INFORMATION - SOURCES SOUGHT FOR CVN80 Retractable Deck Sheaves (Port and Starboard), Part Number 3491AS0500-2 and 3491AS0500-3 NAVAL AIR WARFARE CENTER, AIRCRAFT DIVISION LAKEHURST, NJ INTRODUCTION This Request for Information (RFI) is for information and planning purposes only and does not constitute a Request for Proposal and should not be construed as a commitment by the Government to award a contract as a result of this request for information.� The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ is seeking sources for the procurement of Retractable Sheaves (STARBOARD) Part Number 3491AS0500-2, and Retractable Sheaves (PORT) Part Number 3491AS0500-3, for Aircraft Launch and Recovery Equipment (ALRE) AAG in support of CVN80 construction. ELIGIBILITY The applicable NAICS code for this procurement is 333923 (Overhead Traveling Crane, Hoist, and Monorail System Manufacturing). The PSC for this requirement is 1710 (Aircraft Landing Equipment). In addition, small businesses are required to provide the following information to enable the Government to determine eligibility. Company ability to perform at least 50% of the tasking described in the requirements. Company classification. For example; large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. REQUIREMENTS A requirement exists to procure and deliver three Retractable Sheaves (STARBOARD), Part Number 3491AS0500-2, and three Retractable Sheaves (PORT), Part Number 3491AS0500-3, engineering test reports, and an Integrated Master Schedule in support of CVN 80 Required In Yard Date of 23 August 2023.� The Retractable Sheaves facilitate the routing and payout of the arresting engine purchase cable from the through deck sheave to the cross deck pendant.� The components are unique in that it may be lowered from its operational position to a point where it is flush with the flight deck in order to accomplish unobstructed aircraft handling on the flight deck.� Due to the CSI designation any departure from the requirements could result in loss in life, serious personnel injury, loss of a combat system and/or the loss of the aircraft.� In addition the subsystem requires highly specialized manufacturing processes to include welding, non-destructive testing, magnetic particle testing, workmanship, and material certification.� Items are Critical Safety Inspection items that will require manufacturing and testing compliances and reports to be delivered to the Navy.� CAPABILITY PACKAGE SUBMITTAL INFORMATION AND INSTRUCTIONS It is requested that interested businesses submit to the contracting office a brief product information package demonstrating manufacturing and testing capabilities for manufacturing steel wire cable assemblies in accordance with Government-owned technical data drawings which contain technical data whose export is restricted by the Arms Export Control Act. In order to receive the Government-owned technical data / drawings, interested vendors must forward a current, approved DD Form 2345 ""Military Critical Technical Data Agreement"" to Jonathan Lopes, Contract Specialist, via the email specified in this solicitation. A submitted DD Form 2345 will be validated as being current with the Defense Logistics Agency's Logistics Information Service � Joint Certification Program. For DD Form 2345 information, visit the DLIS website at http://www.dlis.dla.mil/jcp.� This documentation should address the following: Company Name; Company Address; Cage Code; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Product information (existing product brochures and/or datasheets acceptable) for steel wire rope bridles. Please note that this Request for Information 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 Government is not obligated to award a contract as a result of this announcement. Respondents are notified that a formal solicitation MAY NOT necessarily result from 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. HOW TO RESPOND Interested companies shall respond within five (5) days after release of this RFI with product information that meets all or a subset of the aforementioned attributes.� Please submit your response to this RFI via e-mail no later than 24 October 2022, 4:00 PM EDT to Contract Specialist, Mr. Jonathan Lopes, at jonathan.a.lopes.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4437a7a276524fdea997db45fb665c8f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06498368-F 20221021/221019230059 (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 |
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.