SOURCES SOUGHT: MANUFACTURE OF FIREWALL PANELS FOR F-5 AIRCRAFT
Product Service Code: 9535 – Plate, Sheet, Strip, And Foil; Nonferrous Base Metal
NAICS Code: 331491 – Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing, and Extruding
Background
The Naval Air Systems Command (NAVAIR), PMA-226 Adversary and Specialized Aircraft, Adversary Integrated Product Team (IPT), is considering procurement for a source of supply for both the left and right titanium firewall panels, Northrop P/Ns 14-12331-57 and 14-12331-58 respectively, for use on single-seat F-5N and dual-seat F-5F aircraft. These firewall panels are 7.2” X 22.0” X 0.016” AMS 4911 Ti-6Al-4V annealed sheet titanium alloy with two stiffener beads of 0.120” depth. The panels require hot forming to be curved for fitment in the aircraft boattails. Drawings are in work and can be provided.
The purpose of this Sources Sought is to query industry for alternate sources of supply for replacement titanium firewall panels for F-5 aircraft.
Requirement Statement
An interested party shall provide a Rough Order of Magnitude (ROM) and notional schedule, to include material lead times, for the proposed solution. The ROM should detail the pedigree of the Contractor or Sub-Contractor’s manufacturing capabilities substantiated with past performance experience. Additionally, the ROM should include relevant information for future orders, such as required minimum order quantities, due to natural attrition of the firewall panels.
Anticipated Period of Performance (PoP)
The anticipated total PoP is twelve (12) months from the date of receipt of award.
Estimated Quantities
The Government estimates requiring fifty (50) left and fifty (50) right titanium firewall panels under the resulting contract.
Capability Statement Requested
Capability statements in response to this Sources Sought must be electronically submitted in either Microsoft Word or Portable Document Format (PDF) via email to Ms. Sheryl Pope, Sheryl.m.pope.civ@us.navy.mil. The deadline for capability statement submission is 07 April 2025 at 2:00 PM EST. It is requested that interested, capable, and qualified vendors submit a capability statement (no more than 10 pages in length, single spaced, and 12-point font minimum). The statement must address, at a minimum, the stated requirements as described above, and:
- Briefly identify your company’s experience in performing work of similar size and scope.
- Respondents to this notice must also indicate whether they are a large business or qualify as a Small Business concern, Veteran-owned Small Business Economically Disadvantaged Woman Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), 8(a), Historically Underutilized Business Zone (HUBZone) small business concerns or Service- Disabled Veteran-Owned Small Business Concern.
- If your company intends to team with a qualified subcontractor, please provide an explanation of your company’s ability to perform at least 50% of the cost of the contract performance. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14 Class Deviation 2021-O0008 Revision 1, the Offeror/Contractor agrees in performance of the Delivery Order in the case of a contract for Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.
- What specific technical skills does your company possess which ensures capability to perform the tasks?
**********************************************************************************************************************
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected from any release outside the Government. 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.
DISCLAIMER
THIS SOURCES SOUGHT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESS FIRMS CAPABLE OF PROVIDING THE SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION.
All information released in this announcement is considered a DRAFT and for informational purposes only. This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. Respondent costs in response to this synopsis are not an allowable direct charge to the Government; therefore, NAVAIR will not assume liability for any costs incurred for preparation of responses to this sources sought.