SOURCES SOUGHT
H -- Testing and Reports of Composite Panel specimens
- Notice Date
- 4/9/2025 5:57:51 AM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N0042125R0042
- Response Due
- 4/23/2025 11:00:00 AM
- Archive Date
- 05/08/2025
- Point of Contact
- Lyle Kralle, Phone: 3013422162, Fax: 3017577999
- E-Mail Address
-
Lyle.kralle@navy.mil
(Lyle.kralle@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 request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised the U.S. Government will not pay 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. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. If a solicitation is released, it will be synopsized on the SAM.gov website: www.sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center, Aircraft Division (NAWCAD) Patuxent River, MD seeks potential sources to procure a materials testing, materials properties/B-Basis allowables generation report and statistical analysis report package as outlined in the Statement of Work. Equivalency to prior data set established by Naval Institute for Aviation Research (NIAR) for AMS 3970 material will be required in order for Government acceptance and to ensure the new testing data maintains form, fit and function with the prior data set. Data equivalency testing will be at the expense of the contractor and needs to be provided in your response. SUBMITTAL INFORMATION: It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating ability to meet the requirements outlined above. This documentation must address, at a minimum, the following: Section 1 of the response shall provide administrative information, and shall include the following as 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 contractual 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 as a minimum: � Interested parties shall respond with their ability to provide equivalency testing in line with prior data set from NIAR. � 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 is encouraged. � Qualification Period of Performance Estimates. � List of existing Certifications and Standards � If applicable Describe Warranty Options � If applicable and able, respondents shall include a list of any historical contracts in which same or similar services as those aforementioned were provided to the Government. It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. HOW TO RESPOND Interested parties are requested to respond to this RFI by email to, Lyle Kralle, at lyle.a.kralle.civ@us.navy.mil. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 23 April 2025. Proprietary information, if any, should be minimized and must be clearly marked. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the sam.gov website: www.sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/91c6ac720d9f47f9b6c488c31190bbbe/view)
- Place of Performance
- Address: Patuxent River, MD, USA
- Country: USA
- Country: USA
- Record
- SN07403309-F 20250411/250409230100 (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 |