ALRE EMALS Bridle Assemblies, P/N’s 516786-1 and 516610-1
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: Sep 29, 2022 05:21 pm EDT
- Original Response Date: Oct 04, 2022 05:30 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1640 - AIRCRAFT CONTROL CABLE PRODUCTS
- NAICS Code:
- 332618 - Other Fabricated Wire Product Manufacturing
- Place of Performance: Lakehurst , NJ 08733USA
Description
REQUEST FOR INFORMATION - SOURCES SOUGHT FOR
Bridle Assemblies, P/N’s 516786-1 and 516610-1
NAVAL AIR WARFARE CENTER, AIRCRAFT DIVISION LAKEHURST, NJ
INTRODUCTION
This Request for Information (RFI) is for information and planning purposes only and does not constitute a Request for Proposal and should not be construed as a commitment by the Government to award a contract as a result of this request for information.
The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ is seeking sources for the procurement of Bridle Assemblies, P/N’s 516786-1 and 516610-1, for Aircraft Launch and Recovery Equipment (ALRE) EMALS Deadload Testing aboard US Navy vessels.
ELIGIBILITY
The applicable NAICS code for this procurement is 332618 (Other Fabricated Wire Product Manufacturing). The PSC for this requirement is 1640 (Aircraft Control Cable Products). In addition, small businesses are required to provide the following information to enable the Government to determine eligibility.
- Company ability to perform at least 50% of the tasking described in the requirements.
- Company classification. For example; large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern.
REQUIREMENTS
Manufacturer must meet all manufacturing, quality, and testing requirements. Manufacture Bridle Assemblies utilizing 1 ½” diameter and 1 3/8” diameter steel wire cables with loops on each end with 5 3/8 inch pins utilizing mechanical splices. Document and report minimum breaking strengths of at least 532,000 pounds for testing and pendant loads of 192,500 pounds for each delivered Bridle Assembly. Manufacturers shall affirm that the mechanical splice of each Bridle Assembly develops the full rated strength of the wire rope. Items are Critical Safety Inspection items that will require manufacturing and testing compliances and reports to be delivered to the Navy.
CAPABILITY PACKAGE SUBMITTAL INFORMATION AND INSTRUCTIONS
It is requested that interested businesses submit to the contracting office a brief product information package demonstrating manufacturing and testing capabilities for manufacturing steel wire cable assemblies in accordance with Government-owned technical data drawings which contain technical data whose export is restricted by the Arms Export Control Act. In order to receive the Government-owned technical data / drawings, interested vendors must forward a current, approved DD Form 2345 "Military Critical Technical Data Agreement" to Kelly Gray, Contract Specialist, via the email specified in this solicitation. A submitted DD Form 2345 will be validated as being current with the Defense Logistics Agency's Logistics Information Service – Joint Certification Program. For DD Form 2345 information, visit the DLIS website at http://www.dlis.dla.mil/jcp.
This documentation should address the following:
- Company Name; Company Address; Cage Code; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
- Product information (existing product brochures and/or datasheets acceptable) for steel wire rope bridles.
Please note that this Request for Information 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 Government is not obligated to award a contract as a result of this announcement. Respondents are notified that a formal solicitation MAY NOT necessarily result from this RFI. The Government will not reimburse the respondent for any costs associated with the information submitted in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. The Government will not release any information marked with a Proprietary Legend, received in response to this RFI, to any firms, agencies, or individuals outside of the Government without written permission in accordance with the legend.
HOW TO RESPOND
Interested companies shall respond within five (5) days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI via e-mail no later than 4 October 2022, 5:30 PM EDT to Contract Specialist, Ms. Kelly Gray, at kelly.e.gray13.civ@us.navy.mil.
Attachments/Links
Contact Information
Contracting Office Address
- LKE. JB MDL BLDG 271 HIGHWAY 547
- JOINT BASE MDL , NJ 08733
- USA
Primary Point of Contact
- Kelly E. Gray
- kelly.e.gray13.civ@us.navy.mil
Secondary Point of Contact
History
- Oct 21, 2022 11:56 pm EDTSources Sought (Updated)
- Sep 29, 2022 05:21 pm EDTSources Sought (Original)