RFI - Bomb Hoist

Agency: DEPT OF DEFENSE
State: New Jersey
Type of Government: Federal
Category:
  • 17 - Aircraft Launching, Landing, and Ground Handling Equipment
Posted: Jan 26, 2023
Due: Feb 27, 2023
Solicitation No: N6833523RFI0113
Publication URL: To access bid details, please log in.
Follow
RFI - Bomb Hoist
Active
Contract Opportunity
Notice ID
N6833523RFI0113
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAIR WARFARE CTR AIRCRAFT DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 26, 2023 04:16 pm EST
  • Original Response Date: Feb 27, 2023 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1730 - AIRCRAFT GROUND SERVICING EQUIPMENT
  • NAICS Code:
    • 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
  • Place of Performance:
    Joint Base MDL , NJ
    USA
Description

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE.





This is a Request for Information/Sources Sought Notice to assist the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ in conducting market research of industry regarding a planned procurement of a Bomb Hoist to be used as Armament Weapons Support Equipment (AWSE).





This Market Research tool is being used to identify potential 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. Additionally, this sources sought is being used to gather constructive information from industry to improve a potential Request for Proposal.







NAWCAD Lakehurst is requesting information of industry’s capability of manufacturing and testing the Bomb Hoist that is currently being designed to support Naval Aviation operations. The Bomb Hoist is being developed to replace the legacy HLU-288/E manual bomb hoist. The bomb hoist is being designed largely of aluminum tubing, aluminum, titanium, and stainless steel machined/cast parts, and standard hardware. The internals will consist of a cable drum, planetary gear train, bearings, main shaft, ratcheting disc, and a Weston brake system incorporating ACME threads and brake discs. The new hoist will also incorporate a gearbox to add multiple speed inputs, a torque limiting internal shaft, and a quick release handle. Commercial Off The Shelf parts and mil-spec hardware will be used to the maximum extent possible. The bomb hoist size will be approximately 14” wide X 18” tall X 56” long. In the event bomb hoist becomes an actual procurement, industry will be provided with updated build-to-print drawings and will be responsible for manufacturing and testing the bomb hoist in accordance with those drawings. The legacy and new design concept is shown in Figures 1 through 7 in an attachment to the RFI.





The bomb hoist will need to undergo the following testing:




  1. Sand and Dust Testing (MIL-STD-810, method 510)

  2. Salt Fog Testing (MIL-STD-810, method 509).

  3. Proof Load Testing. 3X of safe working load of 2240 lbs





NAWCAD Lakehurst is seeking the following information from industry vendors to demonstrate how they can meet the requirements listed above:




  1. Vendor capability.

  2. Vendor capacity.

  3. Documentation demonstrating that the vendor is capable of manufacturing bomb hoist in accordance with a level 3 technical drawing package that includes Geometric Dimensioning and Tolerancing (GD&T).

  4. Any information on past performance of similar efforts.





All interested parties should have the following:




  1. A certified welding process in accordance with American Welding Society (AWS).

  2. Quality assurance program that is ISO9001 compliant or equivalent.

  3. The capability of either performing the testing listed above or contracting and managing the testing via a subcontractor.





Along with the interest and information on the above, it is requested that estimated price information is provided. The government is requesting a Rough Order of Magnitude (ROM) to manufacture and test 4 pilot units. Additionally, the government is requesting a ROM to manufacture 25 units, 100 units, 200 and 750 units. In response to the RFI, indicate approximate lead time and notional schedule to manufacture and test the four pilot units. Also indicate approximate lead time and notional schedule to manufacture the additional quantities, namely 25 units, 100 units, 200 and 750 units. Brochures, manufacturing capability and capacity, and past performance information may be included in the RFI response. ROM values are to be used for program planning purposes and not to be considered binding.





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.”



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).





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.





It is requested that information be submitted NO LATER THAN 27 February 2023 to Mr. Paras Patel via electronic mail at: paras.d.patel.civ@us.navy.mil. Mr. Patel may also be reached at (732) 323-7638. Respondents are notified that a formal solicitation MAY NOT necessarily result from the RFI. 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.





The attached images of the legacy HLU-288/E bomb hoist, and notional new bomb hoist design are provided for reference only to aid in developing ROM pricing. The new bomb hoist will have a similar form, fit, and function of the HLU-288.




Attachments/Links
Contact Information
Contracting Office Address
  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 26, 2023 04:16 pm ESTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Follow Non-Recurring Engineering, Design, Development, Manufacture and Test, and produce low-rate... interested and ...

DEPT OF DEFENSE

Bid Due: 5/03/2024

...with the capability to build prototypes, conduct Non-Recurring Engineering, Design, Development... Follow Non-Recurring ...

DEPT OF DEFENSE

Bid Due: 5/03/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.