SOURCES SOUGHT
V -- Turkey Tooling Repatriation
- Notice Date
- 10/10/2024 4:48:35 AM
- Notice Type
- Sources Sought
- NAICS
- 483111
— Deep Sea Freight Transportation
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-22-RFPREQ-JSF000-0675
- Response Due
- 11/7/2024 12:00:00 PM
- Archive Date
- 11/22/2024
- Point of Contact
- Farida Eady, Grant Seward
- E-Mail Address
-
farida.eady2@jsf.mil, grant.seward@jsf.mil
(farida.eady2@jsf.mil, grant.seward@jsf.mil)
- Description
- This is a request for information (RFI). This is not a request for quotes, request for proposal, or solicitation of any kind, and does not constitute a commitment by the U.S. Government. Responses, in any form, are not and will not be considered offers. The U.S. Government is under no obligation to award any contracts following this RFI. Responses are strictly voluntary, and funds expended in preparing them will not be reimbursed. Introduction: The F-35 Joint Program Office (JPO), Arlington VA is conducting market research for the shipping and return of F-35 Special Tooling (ST) and Special Test Equipment (STE). The JPO requirement consists of Government property tear down, packaging, transportation, and storage of Government property residing in the Republic of Turkey. The Contractor shall ship F-35 ST/STE in accordance with United States Government (USG) and international transportation/shipping standards, procedures, laws, and regulations. The contractor shall utilize appropriate packing materials, shipping containers, modes of transportation, etc., as necessary to ensure the F-35 ST/STE are properly preserved and inventoried for future utilization. The Contractor will ensure assets are properly accounted for and preserved during all activities from tear down through storage. The Contractor may be required to partner with Government entities and other Contractors during work performance. Instructions: Responses to the following items are requested and intended as general market research: examples and descriptions of individual corporate experience or capability will be considered relevant only to the degree that it is indicative of the marketplace broadly. Responses that address some but not all of the items below are acceptable. Please provide your: company name; address; CAGE code; DUNS number; authorized points of contact, with telephone numbers and email addresses; and webpage URL. What is the value and benefit that your company can provide in relation to this RFI? In terms of schedule, how far in advance of performance would a contract be required? Please describe all assumptions in your answer. If there is specific Government support or property on which the answer depends, please specify. What is your company�s capacity to handle delivery of ST and STE directly to the end user, including international shipments and necessary ITAR compliance?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4384030ea25c4cb8a699815373a9f9df/view)
- Place of Performance
- Address: TUR
- Country: TUR
- Record
- SN07238764-F 20241012/241010230105 (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 |