Trunnion Drag Brace Tooling Modification Kit
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Apr 26, 2022 09:10 am EDT
- Original Response Date: May 02, 2022 08:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1620 - AIRCRAFT LANDING GEAR COMPONENTS
- NAICS Code:
- 332510 - Hardware Manufacturing
- Place of Performance:
Description
The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ is soliciting information and comments from industry and other interested parties. NAWCAD Lakehurst is requesting vendor sources with the capability to provide a Technical Data Package (TDP) and Detailed Work Instructions for Nose Landing Gear (NLG) Locating Fixture (Part Number (P/N) RE174304501-1), NLG Supports Alignment Set (P/N AK174304500-1), NLG Trunnion/Drag Brace Tool Set (P/N RE274304501-1) and Check Fixture (P/N RE174304500-1). In addition, NAWCAD Lakehurst is requesting vendor sources with the capability to manufacture a hardware modification kit and provide installation services for the modification kit for F/A-18C/D NLG Trunnion/Drag Brace Supports Align Device (P/N RE174314235-1M), F/A-18C/D NLG Trunnion/Drag Brace Supports Locating Fixture (P/N RE274314235-1M), F/A-18C/D NLG Trunnion/Drag Brace Supports Tool Set (P/N RE374314235-1M), and F/A-18C/D NLG Trunnion /Drag Brace Align Set, Align Dev (P/N AK174314235-1M).
The Peculiar Support Equipment (PSE) listed above supports the F/A-18EF and EA-18G Aircraft Depot Level (D-Level) of maintenance and repair of the Nose Landing Gear (NLG) Drag Brace Trunnion Supports. THE GOVERNMENT DOES NOT POSSESS THE TECHNICAL DATA 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 utilizing similar processes.
- Rough Order of Magnitude (ROM) on any currently available 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, preferably via electronic mail to Kelli Ryan, kelli.l.ryan3.civ@us.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.
Failure to respond to this RFI does not preclude participation in any future associated RFP/RFQ that may be issued. Any comments provided may or may not be included in a formal solicitation. 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 BetaSam.gov website: https://beta.sam.gov. It is the potential vendor's responsibility to monitor this site for the release.
Attachments/Links
Contact Information
Contracting Office Address
- LKE. JB MDL BLDG 271 HIGHWAY 547
- JOINT BASE MDL , NJ 08733
- USA
Primary Point of Contact
- Kelli Ryan
- kelli.l.ryan3.civ@us.navy.mil
Secondary Point of Contact
History
- Jun 17, 2022 11:55 pm EDTPresolicitation (Original)
- May 17, 2022 11:55 pm EDTSources Sought (Original)