Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 30, 2017 FBO #5881
SOURCES SOUGHT

17 -- Mark 7 Main Engine Cylinders

Notice Date
12/28/2017
 
Notice Type
Sources Sought
 
NAICS
333995 — Fluid Power Cylinder and Actuator 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
N68335-18-RFI-0444
 
Archive Date
2/15/2018
 
Point of Contact
Keith Welge, Phone: 732 323 7213
 
E-Mail Address
keith.welge@navy.mil
(keith.welge@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Mark 7 Main Engine Cylinders REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - 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 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. 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. Naval Air Systems Command (NAVAIR), Naval Air Warfare Center - Aircraft Division (NAWCAD) is soliciting information and comments from industry regarding a planned procurement of forging and machining services covering up to eighteen (18) Mark 7 Main Engine Cylinders. NAWCAD Lakehurst is seeking vendor sources with the capability of forging, machining, fabricating and assembling materials as tested in the ASME Boiler Pressure Vessel Code. The finished products are designated NAVAIR Critical Safety Items (CSI) and require strict quality control. A complete build-to drawing package will be supplied with the eventual solicitation. Post machining heat treat may be required. Interested parties may submit technical literature/brochures on solutions that meet these material requirements. Rough Order of Magnitude pricing is also desired. Any other relevant information may also be submitted for consideration to aid in refinement of this requirement. The specification is marked with Distribution Statement D, which limits distribution of the document to U.S. Government agencies and their contractors because data contains critical technology. Please contact Keith Welge, NAVAIR Contract Specialist, at keith.welge@navy.mil to request a copy of the specification. In order to receive a copy of the specification, all vendors must provide a current and active Cage Code to confirm their status as a U.S. Government contractor. Cage code status will be confirmed via the System for Award Management (SAM) at www.SAM.gov. For assistance in registering your company, please engage the SAM helpdesk at https://fsd.gov/fsd-gov/home.do. A complete build-to drawing package is currently not available. THIS RFI IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being used to determine potential and eligible vendors capable of providing services and hardware described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. ELIGIBILITY : The PSC for this requirement is 1710; the NAICS is 333995. All interested businesses are encouraged to respond. 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 and in the specifications. This documentation must address, at a minimum, the following: 1. Company Contact Information to include: Company Name, Company Address, Cage Code, Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. 2. Company Profile to include: Number of employees and DUNS number; 3. Statement regarding capability. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in the specifications. 4. Provide manufacturing capabilities, including relevant history manufacturing similar parts and utilizing similar processes. SALIENT CHARACTERISTICS : All dimensions are approximate and are in feet (ft.). Layout of the dimensions are labeled as Length and Inner and Outer Diameters. 1. Length - 18 ft. 2. Inner Diameter (ID) - 1.5 ft. 3. Outer Diameter (OD) - 2 ft. INFORMATION REQUESTED Interested vendors are requested to provide the following additional information: - Provide examples of prior projects working on or with CSIs. - Provide examples and photographs of manufactured products of similar size and complexity. - Provide all applicable Federal standards, policies and regulations met. - Provide Quality Assurance systems in place, certifications, capabilities, and qualifications, especially in regards to welding. - Discussion on whether a throughput requirement of 4 Main Engine Cylinders within 180 calendar days is feasible. - Provide any additional information that will assist in understanding responses to this RFI. The capability statement package shall be sent via email to AIR- 2.5.2.5.2 NAVAIR Lakehurst Contracts, Keith Welge, keith.welge@navy.mil. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 31 January 2018. While the Navy 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 Navy will not use any information provided to level your company's approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Navy 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 Navy regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP/RFQ that may be issued. Information provided in no way binds the Navy 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-RFI-0444/listing.html)
 
Record
SN04777438-W 20171230/171228230833-bad682eef5b166f3193070285c8a59a2 (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.