Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2024 SAM #8312
SOURCES SOUGHT

59 -- Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Ship and Air Integrated Warfare (SAIW) Division Flexible Conduit Systems

Notice Date
8/28/2024 8:35:48 AM
 
Notice Type
Sources Sought
 
NAICS
335932 — Noncurrent-Carrying Wiring Device Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-24-RFI-0128
 
Response Due
8/2/2024 12:00:00 PM
 
Archive Date
08/17/2024
 
Point of Contact
Truman Harris
 
E-Mail Address
truman.b.harris3.civ@us.navy.mil
(truman.b.harris3.civ@us.navy.mil)
 
Description
This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). The Naval Air Warfare Center Aircraft Division - Webster Outlying Field (NAWCAD WOLF) Ship and Air Integrated Warfare (SAIW) Division will iddue individual order against this Basic Ordering Agreement (BOA), for the procurement of existing Entraco Sea-FROST� (Entraco) conduit systems that were installed aboard various U.S. Navy ships during construction. These repair conduit parts will be installed on all Ticonderoga class (CG 47) cruisers and Arleigh Burke class (DDG 51) destroyers up to and including the DDG 112. This RFI is issued as part of a procurement strategy for the Flexible Conduit Systems. This procurement will support multiple Flexible Conduit Systems IAW the design drawing package of the original systems. The repairs involve flexible conduit systems which protect the cables connected to topside equipment for the ships' communications, weapons, navigation, surveillance, decoy, and flight-deck systems. In addition to addressing operational and safety concerns, the repairs maintain the ships' Electromagnetic Interface (EMI)/Electromagnetic Pulse (EMP) protection and decrease the occurrence of corrosion. These repairs consist of replacing components of the weatherproof, flexible conduit systems that meet the environmental and EMI/EMP protection standards established by NAVSEA in MIL-PRF-24758A. A sampling of the of the Entraco parts is summarized below: (Part Number )� � � � �Part Name (AX0685-3216-SP) Stuffing Tube (AX0685-3224-SP) Adapter Assembly (AX0685-3624-SP) Stuffing Tube Swivel (AX0685-4024-SP) 24 Conduit to Size ""D"" Stuffing Tube Adapter Assembly Straight (AX0685-4840-SP) Stuffing Tube Swivel (AX0735-3224-SP) Adapter Assembly (AX0737-3216-SP) Coupling Box (AX0737-3224-SP) Box Hub Coupling (AX0765-21-2440-SP) Circular Connector Adapter (AX0772-32-SP) Hub Adapter Assembly w/Jam Nut & Silicone Seal (AX8685-3216-SP) Stuffing Tube (AX8685-3224-SP) EMP Fitting (AX8685-3624-SP) EMP Fitting (AX8735-3224-SP) EMP Fitting (AX8737-3216-SP) Box Hub (AX8737-3224-SP) EMP Fitting (CC261-16) Flex Conduit, 1/2"" - Grey (CC261-24) Flex Conduit, 3/4"" - Grey (CC249-16) Flex Conduit, 1/2"" - Black (CC249-24) Flex Conduit, 3/4"" - Black (CC249-40)� Flex Conduit, 1-1/4"" MIL-PRF-24758A(SH) - Black (CC261-40) Flex Conduit, 1-1/4"" MIL-PRF-24758A(SH) - Grey RESPONSES Requested Information Section 1 of the response shall provide administrative information and shall include the following at a minimum. Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following at a minimum. Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions are encouraged. Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count. If applicable, respondents shall include a list of Department of Defense, Department of Justice, or Department of Homeland Security programs of record that currently employ their solution. Include a sponsor Point of Contact for each program, with email address and phone number. The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION The Government is seeking industry input to assist in identifying components that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of those individuals have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded IAW the applicable Government regulations. Responses to this RFI may not be returned. Respondents may not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Systems for Award Management (SAM) website: https://sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties shall respond within five 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 (not to exceed ten pages) via e-mail no later than 02 August 2024 to Truman Harris at truman.b.harris3.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/47ebe4fd63c04902bb58332b809e6c81/view)
 
Record
SN07190828-F 20240830/240828230132 (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.