Qty of 34 Items of Peculiar Support Equipment (PSE)
The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ is soliciting information and comments from industry and other interested parties. NAWCAD Lakehurst is requesting vendor sources with the capability for the manufacture, assembly, and delivery of Thirty-Four (34) Peculiar Support Equipment (PSE) end items (See below Item List) for F/A-18E/F and EA-18G Support Equipment. The Support Equipment will be used to maintain and repair various components and subsystems of the F/A-18E/F and EA-18G aircraft. The manufacturing, assembly, and inspection of the Support Equipment shall be accomplished at the contractor's facilities. The Support Equipment shall be serialized sequentially.
Line Items |
P/N |
Nomen |
Quantity |
1 |
74D750500-1003 |
FIXTURE, AIRCRAFT MAINTENANCE-GUN |
16 |
2 |
74D240606-1001 |
ALIGNMENT TOOL, AMAD/ENGINE |
4 |
3 |
74D240602-1003 |
ADAPTER,AMAD INSTALLATION/REMOVAL |
4 |
4 |
74D750509-1001 |
ADAPTER, HOIST SPECIAL |
16 |
5 |
74D750512-1001 |
ADAPTER, HOISTING |
8 |
6 |
74D750509-1002 |
ADAPTER, HOIST SPECIAL |
16 |
7 |
74D750518-1001 |
ADAPTER SET, A/C MAINT. - RAIL, GUN GUID |
16 |
8 |
74D420501-1003 |
CABLE ASSEMBLY SET |
4 |
9 |
74D110613-1007 |
SUPPORT-HORIZONTAL STABILIZER |
16 |
10 |
74D720500-1003 |
COUPLER, ANTENNA |
4 |
11 |
74D760500-1003 |
ANTENNA COUPLER, TEST SET |
4 |
12 |
74D760503-1001 |
TEST SET,COUNTERMEASURES SYSTEM |
4 |
13 |
74D760502-1001 |
TEST SET,COUNTERMEASURES SYSTEM TTU-582/ |
4 |
14 |
74D740508-1001 |
LIFTING COLLAR,RADOME FIXTURE |
18 |
15 |
74D740507-1001 |
SUPPORT FRAME, RADOME APG-79 |
18 |
16 |
74D740514-1001 |
FIBER OPTIC TEST SET |
4 |
17 |
74D740518-1001 |
TEST SET, FIBER CHANNEL NETWORK TEST SET |
4 |
18 |
74D760511-1001 |
SET, FIBER OPTIC TEST/CLEANING - ALE-55 |
4 |
19 |
74D740533-1001 |
INTERFACE DEVICE ASSEMBLY |
4 |
20 |
74D750508-1005 |
ADAPTER SET, TEST - WRAP AROUND (WAT) |
8 |
21 |
74D740523-1003 |
ADAPTER SET, FIBER OPTIC |
4 |
22 |
74D450101-1001 |
AIR BLEED ASSEMBLY,HYDRAULIC COMPONENTS |
4 |
23 |
74D110161-1001 |
GAGE ASSEMBLY, PRESSURE, DIAL INDICATING |
4 |
24 |
74D490106-1001 |
PLUG SET |
7 |
25 |
74D130018-1001 |
TUBING ASSEMBLY NON-METALLIC-BRAKE BLEED |
7 |
26 |
74D740503-1003 |
ATFLIR EOPT ANCILLARY TEST EQUIPMENT |
2 |
27 |
74D110507-1001 |
SLING, AIRCRAFT MAINTENANCE-HORZ STAB |
1 |
28 |
74D110535-1001 |
TESTER,SURFACE COATING |
1 |
29 |
74D745006-1001 |
ATFLIR EOPT INTERFACE CABLE SET |
4 |
30 |
74D110549-1003 |
MAINTENANCE SET, BEARING-ROLLER SWAGE |
1 |
31 |
74D410514-1001 |
REGULATOR/FILTER SET, LOW PRESS AIR |
1 |
32 |
74D750561-1003 |
WRAP AROUND TEST (WAT) SET ( EA-18G) |
2 |
33 |
74D760514-1001 |
TEST COUPLER SET (ALQ-218(V)2) |
2 |
34 |
74D110531-1003 |
SUPPORT-TRAILING EDGE FLAP |
2 |
THE GOVERNMENT DOES NOT POSSESS THE TECHNICAL DATA TO ALLOW FOR A COMPETITIVE PROCUREMENT.
The Government is seeking industry input to assist in identifying features and approaches to meet the general requirements described 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. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.
INTERESTED SOURCES SHOULD PROVIDE THE FOLLOWING INFORMATION:
- Company description (company size, cage code)
- Company Point of Contact (name email/phone)
- Manufacturing capabilities, including examples and photographs of manufactured items.
- Relevant history manufacturing similar parts and utilizing similar processes.
- Rough Order of Magnitude (ROM) on any currently available product or capability that
will meet the Navy requirements.
- Provide all applicable federal standards, policies, and regulations met.
- Provide Quality Assurance systems in place, certifications, capabilities, and qualifications.
- Provide any additional information that will assist in understanding responses to this RFI.
All interested parties must submit written responses, preferably via electronic mail to Desiree Pendleton, [email protected] no later than five (5) days after the post date of this RFI. The Navy does not intend to award a contract on the basis of this request or otherwise pay for the information solicited. While the Navy intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Navy will not use any information provided to level your company's approach relative to another competitor. Proprietary data MUST be marked PROPRIETARY on a page-by-page basis and will be kept confidential and protected where so designated. The Navy will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Navy regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.
Failure to respond to this RFI does not preclude participation in any future associated RFP/RFQ that may be issued. Any comments provided may or may not be included in a formal solicitation. Information provided in no way binds the Navy to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release.