Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2010 FBO #3253
SOURCES SOUGHT

53 -- CEEMC Kits - Sample Material List

Notice Date
10/19/2010
 
Notice Type
Sources Sought
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-11-R-0016
 
Archive Date
11/17/2010
 
Point of Contact
Joseph J McGann, Phone: 732-323-2921, Keith P Davis, Phone: 732-323-2243
 
E-Mail Address
joseph.mcgann@navy.mil, keith.davis@navy.mil
(joseph.mcgann@navy.mil, keith.davis@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This materials list is a typical list of parts needed. GENERAL INFORMATION: Document Type: Request for Information NAICS Code: 332722 Contracting Office Address: Naval Air Warfare Center Aircraft Division - Lakehurst Contracts Department Hwy. 547 Bldg. 120, Rm 180 Lakehurst, NJ, 08733-5083 Attn: Joseph McGann REQUEST FOR INFORMATION: PURSUANT TO FAR 15.201(e) BACKGROUND/PURPOSE: The Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River, St. Inigoes, Air Traffic Control (ATC) Systems Division, Area Control Systems (ACS) Branch Code 4.5.8.3 is the technical/acquisition Engineering Agent for mobile air battle management systems and communication-electronic support systems. Providing operational, technical, logistical and system engineering support in system certification; technical assistance; systems analysis and engineering; test and evaluation; installation and maintenance; hardware design, development, technical logistics support; configuration management; training support; equipment manufacturing; quality control; and project management for the United States Air Force (USAF), United States Marine Corps (USMC) and other DoD activities. The Naval Air Warfare Center Aircraft Division (NAWCAD), Air Traffic Control Systems Division is seeking industry input to identify current Inventory Management Support to provide a Production Fielding Kit containing 284 line items, listed in Attachment A for a minimum of 36 to a maximum of 60 kits. Equivalent items are acceptable as long as vendor can validate comparable items. Delivery schedule will be staggered the first 3 kits will be due 60 days after award of a contract and 3 kits every month thereafter. The United States Marine Corps (USMC) Communication Electronics Equipment Maintenance Complex (CEEMC) Shelter is being developed to replace the legacy Communication Electronics Maintenance (EMC) Complex non-expandable rigid wall shelters, which have reached or exceeded their life span. The replacement CEEMC Shelter shall optimize workspace; reduce embarkation space, and the logistical footprint required for a deployed intermediate maintenance facility. TECHNICAL DISCUSSION: The goal of this RFI is to explore the technical capabilities of potential offerors. The Government is seeking industry input to assist in determining current market capabilities. 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. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. ADDITIONAL INFORMATION: In response to this RFI, respondents shall submit written responses, not-to-exceed twenty (20) pages in length (including cover letter) via electronic mail, regular mail, or overnight delivery. In addition, up to five (5) attachments that consist of briefing slides, pre-printed commercial brochures, and/or architectural views/diagrams are permitted to be submitted with the written response. The Government's intention is to gain a better understanding of current, market capabilities and strategies to determine the best acquisition approach for this effort. Industry feedback is vitally important and the Government will be receptive to any and all ideas received from industry. This RFI is an effort to understand market availability, characteristics, and functionality of products capable of satisfying the requirements described in this RFI. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competitor. 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 in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. The information provided may be used in developing its future acquisition strategy. Failure to respond to this RFI does not preclude participation in any future associated RFP 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 Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND: Technical questions and industry responses to this RFI shall be submitted via email, regular mail, or overnight delivery no later than 4:00PM E.S.T 02 November 2010 to the following individuals: Mr. Joseph McGann at joseph.mcgann@navy.mil 732-323-2921 Mr. Keith Davis at keith.davis@navy.mil, 732-323-2243
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-R-0016/listing.html)
 
Place of Performance
Address: Webster Field, St Inigoes, Maryland, 20684, United States
Zip Code: 20684
 
Record
SN02313229-W 20101021/101019233930-3638e897ef9d666b510a96053e4e916e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.