Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
SOURCES SOUGHT

61 -- Antenna Drive Motor Replacement

Notice Date
12/21/2016
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator 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
N68335-17-RFI-0082
 
Archive Date
1/24/2017
 
Point of Contact
Michael Miller, Phone: 732-323-7661
 
E-Mail Address
michael.t.miller7@navy.mil
(michael.t.miller7@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
PURSUANT TO FAR 15.201(e) - 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 RFI 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 that the U.S. Government will not pay for 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. 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. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center Aircraft Division, Air Traffic Control and Landing Systems Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off-The-Shelf replacement for the AN/SPN-43C azimuth drive motor. The drive motor will be a form, fit, function replacement AC brushed motor designed to operate in the Navy shipboard environment. The motor configuration shall conform to the Government's drawing. The motor's rating, electrical, physical, environmental, and performance characteristics shall meet those characteristics indicated in the Government's drawing. Additionally, proof that the motors can meet the specification shall be provided within one month of contract award through certified test reports, and a First Article motor shall be delivered within three months of a contract award. Companies may request a copy of the drawing listed above by close of business 30 December 2016. This request shall be made in writing by email to Michael Miller at Michael.t.miller7@navy.mil or Kevin Smith at Kevin.smith11@navy.mil, and must be accompanied by the company's certified copy of DD Form 2345, Military Critical Technical Data Agreement. The drawings will be provided upon receipt and verification of the approved DD Form 2345. RESPONSES Requested Information 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 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 existing capabilities or products that meet all or a subset of the aforementioned attributes. Responses that include information detailing potential tradeoffs or alternative solutions are encouraged. • Respondents shall include product specifications, release notes, functional descriptions and sketches with submission. Product specification and sketches are not included in the final page count. • If applicable and able, respondents shall include a list of Department of Defense (DoD) programs of record that currently employ their solution. Include a sponsor POC for each program, with email address and phone number. • Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the requirement of this RFI, as well as, identification of long lead items(s), sub-systems(s), or systems(s). Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts point of contact identified below. 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 competition. All information received in response to the 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. Information provided in no way binds the government to solicit or award a contract. HOW TO RESPOND Responses shall be submitted via e-mail to the Technical Point of Contact, Dean Muders at dean.muders@navy.mil. The Contracting Officer, Kevin Smith, shall also be copied on e-mail submissions at kevin.smith11@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 09 January 2017, 3:00 P.M. EST. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-RFI-0082/listing.html)
 
Record
SN04358254-W 20161223/161221235450-0e7b3915732a3faada911cbe0219f89c (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.