Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2024 SAM #8180
SOURCES SOUGHT

J -- AV8B Jet Scan Repair

Notice Date
4/18/2024 12:32:26 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-24-RFI-0096
 
Response Due
4/25/2024 9:00:00 AM
 
Archive Date
05/31/2024
 
Point of Contact
Desiree Pendleton, Phone: 7323232155
 
E-Mail Address
desiree.pendleton@navy.mil
(desiree.pendleton@navy.mil)
 
Description
EXTENDED SERVICE/REPAIR CONTRACT AND ENGINE HEALTH CENTER SUPPORT Of JetSCAN INSTRUMENTS AND EQUIPMENT The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ is requesting information pertaining to extended Service/Repair Support coverage for all JetSCAN equipment identified in Table 1 (see below). �JetSCAN equipment� in addition to the Scanning Electron Microscope/Energy Dispersion X-ray (SEM/EDX), includes all software and peripheral components that are part of the equipment package purchased from the Contractor such as Personal Computer (PC), vacuum pump, and Uninterruptible Power Supply (UPS). The extended service/repair support shall provide for the repair and/or replacement of any such equipment exhibiting defects in materials and workmanship for a period of twelve (12) months, with three (3) option years. In addition, under said service/repair support, contractor shall provide diagnostic support in response to reported equipment problems, facilitate resolution of the identified problem(s), and prescribe/ engage in other forms of support as necessary/obligatory to restore equipment performance. The U.S. Government (hereafter known as �the Government�) shall not incur any charges to cover costs for labor, travel, and replacement parts accrued in the fulfillment of service/repair support � exceptions for travel and accommodations as defined in (�Repair Locations�) are subject to change due to the Government�s mission. When/if changes to Table one (1) and two (2) occur, i.e. changes to the �Home-Bases� or the �Repair Locations�, the Contractor and the Government will issue a mutually agreed upon contract modification. �Table 1: JetSCAN Unit / Serial Number� � � � � � HOME BASE� LOCATION JET+50-33� � � � � � � � � � � � � � � � � � � � � � � NADEP Cherry Point, NC JET+50-57� � � � � � � � � � � � � � � � � � � � � � � �MCAS Cherry Point, NC JET+50-75� � � � � � � � � � � � � � � � � � � � � � � �MCAS Cherry Point , NC JET+50-93� � � � � � � � � � � � � � � � � � � � � � � � MCAS Cherry Point, NC �Table 2: JetSCAN Unit Serial Number� � � � � � � � � �REPAIR LOCATION JET+50-32� � � � � � � � � � � � � � � � � � � � � � � � � MCAS Cherry Point , NC JET+50-33� � � � � � � � � � � � � � � � � � � � � � � � � NADEP Cherry Point, NC JET+50-57� � � � � � � � � � � � � � � � � � � � � � � � � �MCAS Cherry Point, NC JET+50-93� � � � � � � � � � � � � � � � � � � � � � � � � � MCAS Cherry Point, NC THE GOVERNMENT DOES NOT POSSESS THE TECHNICAL DATA / SOFTWARE TO ALLOW FOR A COMPETITIVE PROCUREMENT. The Government is seeking industry input to assist in identifying features and approaches to meet the general requirements described above.� 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. INTERESTED SOURCES SHOULD PROVIDE THE FOLLOWING INFORMATION: - Company description (company size, cage code) - Company Point of Contact (name email/phone) - Manufacturing capabilities, including examples and photographs of manufactured items. - Relevant history manufacturing similar parts and utilizing similar processes. - Rough Order of Magnitude (ROM) on any currently available product or capability that � will meet the Navy requirements. - Provide all applicable federal standards, policies, and regulations met. - Provide Quality Assurance systems in place, certifications, capabilities, and qualifications. - Provide any additional information that will assist in understanding responses to this RFI. All interested parties must submit written responses via electronic mail to Desiree Pendleton,�desiree.i.pendleton.civ@navy.mil�no later than five (5) days after the post date of this RFI. The Navy does not intend to award a contract on the basis of this request or otherwise pay for the information solicited. 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. Proprietary data MUST be marked PROPRIETARY on a page-by-page basis and will be kept confidential and protected where so designated. 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. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation.� Respondents may provide information and Rough Orders of Magnitude (ROM) on any currently available product or company capabilities that will meet the Navy�s requirements. If a solicitation is released, it will be synopsized on the BetaSam website located at�https://beta.sam.gov/.� It is the potential vendor's responsibility to monitor this site for the release.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/34b48f1f05fa42c48b2e466bec6f4da7/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07035891-F 20240420/240418230059 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.