SOLICITATION NOTICE
15 -- Executive Aircraft Cabin Interior Capabilities
- Notice Date
- 6/12/2025 12:35:46 PM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N0001925RFPREQAPM2740017
- Response Due
- 7/14/2025 1:00:00 PM
- Archive Date
- 07/29/2025
- Point of Contact
- Marie Boren, Brittany S. Reynolds
- E-Mail Address
-
marie.n.boren.civ@us.navy.mil, brittany.s.reynolds3.civ@us.navy.mil
(marie.n.boren.civ@us.navy.mil, brittany.s.reynolds3.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- REQUEST FOR INFORMAITON INTRODUCTION THIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATIONAL PURPOSES ONLY. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SUPPLIES/SERVICES DESCRIBED HEREIN, PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. ALL CAPABLE LARGE AND SMALL BUSINESSES THAT ARE INTERESTED ARE ENCOURAGED TO SEND IN A CAPABILITY PACKAGE. The Naval Air Systems Command (NAVAIR) is seeking information from qualified companies that specialize in executive aviation interior solutions by providing light weight interior solutions of a Military Commercial Derivative Aircraft with an executive interior. Core capabilities required include systems engineering, requirements management, design, performance analysis, sound attenuation, manufacturing, installation, testing and the ability to attain a Federal Aviation Administration (FAA) airworthiness certification. NAVAIR will maintain cradle-to-grave responsibility for the interior; therefore, the company must be able to produce enough components to meet retrofit and supply demands. Potential vendors, including commercial aviation interior suppliers, must be able to repair, refurbish, and modify existing components to satisfy readiness requirements. Military Commercial Derivative Aircraft is operated as a Public Use aircraft, that will maintain a FAA certification throughout the lifecycle of the platform, including this effort. DISCLAIMER THIS IS NOT A REQUEST FOR PROPOSALS. THE PURPOSE OF THIS RFI IS TO IDENTIFY POTENTIAL VENDORS WITH CAPABILITY, TECHNICAL EXPERTISE AND CREDENTIALS TO MEET OUR HIGH STANDARDS FOR FUNCTIONALITY AND FINISH IN EXECUTIVE AVIATION INTERIORS. IT DOES NOT CONSTITUTE SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS REQUEST FOR INFORMATION. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS REQUEST FOR INFORMATION IS STRICTLY VOLUNTARY. NOT RESPONDING TO THIS RFI DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. ELIGIBILITY The applicable NAICS code is 336413 � Other Aircraft Parts and Auxiliary Equipment Manufacturing. The Product Service Codes (PSC) is 1510 � Aircraft, Fixed Wing and 1520- Aircraft, Rotary Wing. Businesses of all sizes are encouraged to respond and must clearly identify their business size (See Submission Information Paragraph 5). REQUIRED CAPABILITIES NAVAIR is seeking information for executive aircraft cabin interior capabilities related to the following tasking: Executive Interior Light Weight Solutions and Integration: Lighter weight, durability, accessibility, maintainability considerations Use of high-end materials (leather, wood veneers, carbon fiber, etc.) Custom upholstery and finishing Custom seating, cabinetry, and furnishing Executive interior installation and removals Improve maintenance access Improve maintainability of interior components Accommodate current systems integration Cabin reconfiguration for enhanced space utilization Noise reduction and acoustic enhancement solutions Weight reduction opportunities Requirements: Must have Secret Facility Clearance. Must have FAA approved Designated Engineering Representative (DER), or Organization Designation Authorization (ODA) capabilities in support of obtaining supplemental type certificates Federal Aviation Regulation (FAR) Part 25 and 29 (STCs). Must have engineering capabilities to analyze and design solutions to meet interior performance requirements including but not limited to cabin layout, noise abatement, vibration, weight reduction and storage. Must have FAR Part 21 Parts Manufacture Approval for interior components. Must be a FAR Part 145 certified Maintenance, Repair and Overhaul facility capable of handling interior components. SUBMISSION INFORMATION The requested information herein is to assist the Government in conducting market research to determine if potential business sources have the assets, skills, experience, financial stability, qualifications, rights to technical data, and knowledge required to support the requirements described herein. 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 the ability to perform the tasks listed under the required capabilities. This documentation must address at a minimum the following: Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Company profile to include number of employees, annual revenue history, office location(s), CAGE code, and Unique Entity Identifier (UEI). Information on the current status of your company�s Facility Clearance and level. Prior/current corporate experience performing efforts similar in scope to the tasking described under Required Capabilities Section within the last five (5) years, if relevant- contract numbers, indication of whether as a prime or a subcontractor, contract values, point of contact with current telephone number, and a brief description of how the referenced contract relates to the proposed required capabilities and scope of performance. 5) Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned, Woman-Owned Small Business (WOSB), 8(a), Hub Zone or Service-Disabled Veteran-Owned Small Business Concern. Responses shall be electronically submitted via email to Brittany Reynolds at brittany.s.reynolds3.civ@us.navy.mil or Marie Boren at marie.n.boren.civ@us.navy.mil, in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is 4:00 p.m., Eastern Standard Time, July 14, 2025. No phone calls will be accepted. The Government does not intend to award a contract based on this request or to otherwise pay for the information collected. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY, will be handled accordingly. Classified material SHALL NOT be submitted. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b23dd3ad632e412697683dc8479ad555/view)
- Place of Performance
- Address: Patuxent River, MD 20670, USA
- Zip Code: 20670
- Country: USA
- Zip Code: 20670
- Record
- SN07475746-F 20250614/250612230041 (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 |