Bearing Test Stand Upgrades
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Dec 19, 2022 12:17 pm EST
- Original Response Date: Jan 03, 2023 11:59 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: H231 - EQUIPMENT AND MATERIALS TESTING- BEARINGS
- NAICS Code:
- 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Place of Performance: Patuxent River , MD 20670USA
Description
1.0 INTRODUCTION
A. The Naval Air Warfare Center, Aircraft Division (NAWC-AD) is seeking information for potential sources regarding upgrades to existing test system used for qualification testing of airframe bearings. The scope of work will provide the procurement and installation of test system upgrades to be used at the NAWCAD Airframe Bearings Laboratory (NABL). The NABL is a testing facility that evaluates standard and nonstandard bearings.
B. This Market Research tool is being used to identify potential technologies and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist.
C. The following documents are attached to this Sources Sought Notice:
1. Draft Statement of Work (SOW)
D. The following dates are anticipated time frames associated with this requirement:
1. Estimated Final RFP Release: 06 FEB 2023
2. Estimated Award Date: 10 APR 2023
3. Delivery Date: 01 SEP 2024
2.0 DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A 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. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY.
3.0 SPECIAL REQUIREMENTS AND REQUIRED CAPABILITIES
All equipment provided shall be compatible with and/or capable of being integrated with the existing equipment identified in paragraph 1.2 of the SOW.
4.0 ELIGIBILITY
a. The applicable NAICS code for this requirement is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a Small Business Size Standard of 750 Employees.
b. The Product Service Code is H231, Equipment and Materials Testing - Bearings.
c. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. Small business primes may now count “first tier subcontracted” work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 dated 04/03/20 at https://www.acquisition.gov/browse/index/far).
d. To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize “similarly situated entities” to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice (SSN) in order to assist the Government’s capability determination.
5.0 SUBMISSION DETAILS
Interested parties shall submit a document outlining their capabilities in meeting the special requirements and required capabilities as outlined in paragraph 3.0 of this Sources Sought Notice, taking into consideration the information also provided in Attachment 1, draft SOW.
Interested parties shall adhere to the following instructions for the submittal of their capabilities statements.
a. Page Limit and Format: Five (5) 8.5 X 11 inch pages in Times New Roman font of not less than 10 point.
b. Document Type: Microsoft Word, Adobe PDF, etc.
c. Delivery: Electronic-mail (Email) Submission to the Contract Specialist, Erik Seastrand at erik.k.seastrand.civ@u.navy.mil
d. Response date: Responses are due by 11:59:59PM Eastern Standard Time on 03 JAN 2023.
e. No classified information shall be submitted in response to this Sources Sought.
f. No phone calls will be accepted.
g. All questions must be submitted via email to the Contract Specialist, Erik Seastrand at erik.k.seastrand.civ@u.navy.mil.
h. All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including names, phone numbers, and email addresses.
i. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
Any information or materials provided in response to this Sources Sought Notice will not be returned. 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 Sources Sought Notice.
Attachments/Links
Contact Information
Contracting Office Address
- BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7
- PATUXENT RIVER , MD 20670-1545
- USA
Primary Point of Contact
- Erik Seastrand
- erik.k.seastrand.civ@us.navy.mil
Secondary Point of Contact
History
- Jan 25, 2023 11:58 pm ESTSources Sought (Updated)
- Dec 19, 2022 12:17 pm ESTSources Sought (Original)