The RFP Database
New business relationships start here

Organic depot level test/repair capabilities for the Air to Air Refueling system components


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The following information is provided to assist the Naval Air Warfare Center Aircraft Division (NAVAIR) Lakehurst, NJ in conducting market research of industry to identify if there are alternate options to meet USN needs organic depot level testing and repair capabilities for the Air to Air Refueling system components utilized on the Navy P-8A Poseidon. This effort includes component and system technical and specification data, logistics support data, training, test bench development and provisions for the maintenance and repair of Skydrol components. This contracting effort will result in the delivery of an organic depot level repair capability establishment. The appropriate NAICS Code is 334513 Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables.  At this time, pending market research results, NAVAIR Lakehurst, NJ intends to negotiate on a non-competitive basis with Parker Hannifin Corporation, Irvine, CA, for the required research and development.   Parker Hannifin is the sole designer, developer and provider of key components of the Air to Air Refueling Receptacle system.

 

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes and is issued in conformance with DFARS PGI 206.302-1; it does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), or a Request for Quote (RFQ). This RFI does not commit the Government to contract for any supply or service whatsoever. The Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. Respondents are notified that a formal solicitation may not necessarily result from this RFI. Availability of any formal solicitation may be announced under a separate Federal Business Opportunities announcement. Any requests for copies of solicitations will not be addressed since this is an RFI, not an RFP. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. 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 the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned.

 

All interested parties should send company and descriptive literature on currently available products that meet the Navy's requirements, described above. With the response, include a point of contact, phone number, e-mail address, website information, DUNS Number, CAGE Code, and Business Size Status for the North American Industry Classification System (NAICS) code of this RFI. Any responses in reference to this RFI shall be submitted electronically to Contract Specialist, Audrey Lewis, at audrey.lewis@navy.mil with the subject line "D Level Support Equipment P-8A." All responses should be received no later than 3:00 PM Eastern, 3 July 2017.   


Audrey G Lewis, Phone 7323234701, Email audrey.lewis@navy.mil - Stefanie Applegate, Phone 732-323-7395, Email stefanie.applegate@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP