This Sources Sought/Request for Information is being posted in accordance with DFARS 206.302-1(d). The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst NJ has a requirement for an integration of a Fronius Wire Arc Hybrid Manufacturing (WAHM) system into an existing Haas VF-5 Vertical Mill. The scope of work includes the integration on site at NAWCAD Lakehurst. The contract also includes all hardware required for the integration, a starting supply of build plates, shipping costs, software licenses and four (4) option years of Aplus software maintenance, operator training courses, and a base year of preventive maintenance and four (4) option years of preventative maintenance.
This RFI is issued as part of a procurement strategy for the above mentioned items.
Responses
Requested Information
Section 1 of the responses shall provide administrative information and shall include the following as a minimum.
- Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and email of the designated point of contact.
- Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, women-owned small business, very small business, veteran-owned small business, service disabled veteran-owned small business).
Section 2 of the response shall provide technical information, and shall include the following as a minimum.
- Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Responses that include information detailing potential tradeoffs or alternative solutions is encouraged.
- Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count.
- If applicable, respondents shall include a list of Department of Defense (DoD0, Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor Point of Contact (POC) for each program, with email address and phone number.
- The Government is interested in receiving vendor’s price lists for items they believe meet the need in this RFI. Supplying price data does not *imply a contractual obligation and must be provided and marked as PRICE DATA.
- Respondents should include a list of authorized distributors.
Additional Information
The government is seeking industry input to assist in identifying components that might meet the requirements listed 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. IAW FAR 15.201€, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.
In Response to this RFI, respondents shall submit written responses, not to exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not count as part of the page count. The government is interested in receiving vendor’s price list for items they believe meet the need in this RFI. Supplying price data does not imply contractual obligation and must be provided as a separate document, marked PRICE DATA.
The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of these individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded IAW the applicable Government regulations. Responses to this RFI may not be returned. Respondents may not be notified of the result of the review.
Failure to respond to this RFI does not preclude participation in any future product solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. It is the potential vendor’s responsibility to monitor the site for the release of any follow-on information.
HOW TO RESPOND
Interested parties shall respond within ten days after release of the RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your responses to this RFI (not exceeding ten pages) via email to jeffrey.m.chelston.civ@us.navy.mil.