REQUEST FOR INFORMATION - SOURCES SOUGHT FOR
Jet Blast Deflector Panels, P/N 626145-6, -7 and -8
NAVAL AIR WARFARE CENTER, AIRCRAFT DIVISION LAKEHURST, NJ
INTRODUCTION
This Request for Information (RFI) is issued pursuant to FAR 15.201(e) and in conformance with DFARS PGI 206.302-1. This RFI is for information and planning purposes only and does not constitute a solicitation or promise to issue a solicitation in the future. It is a Market Research tool being used to identify potential technologies 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. This request for information should not be construed as a commitment from the Government to award a contract as a result of this RFI. 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.
The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ is seeking sources for the procurement of Jet Blast Deflector (JBD) Panels, P/Ns 626145-6, -7 and -8. This Item is a Critical Application Item (CAI) for Aircraft Launch and Recovery Equipment (ALRE) aboard US Navy vessels.
ELIGIBILITY
The applicable NAICS code for this procurement is 332999 (All Other Miscellaneous Fabricated Metal Product Manufacturing). The PSC for this requirement is 1720 - Aerospace Craft Launching, Landing, Ground Handling And Servicing Equipment. All interested businesses are encouraged to respond.
Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: 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).
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 RFI in order to assist the Government’s capability determination.
REQUIREMENTS
Vendor must be capable of providing Jet Blast Deflector (JBD) Panels, P/Ns 626145-6, -7 and -8 in accordance with Government-owned technical data drawings. . Part number 616846-144, shall be the preferred base panel design. Items are CAI items that will require manufacturing, quality and testing compliances and reports to be delivered to the Navy.
CAPABILITY PACKAGE SUBMITTAL INFORMATION AND INSTRUCTIONS
It is requested that interested businesses submit to the contracting office a brief product information package demonstrating manufacturing and testing capabilities for manufacturing JBD panels in accordance with Government-owned technical data drawings which contain technical data whose export is restricted by the Arms Export Control Act. In order to receive the Government-owned technical data / drawings, interested vendors must forward a current, approved DD Form 2345 "Military Critical Technical Data Agreement" to Kelly Gray, Contract Specialist, via the email, at kelly.e.gray13.civ@us.navy.mil. A submitted DD Form 2345 will be validated as being current with the Defense Logistics Agency's Logistics Information Service – Joint Certification Program. For DD Form 2345 information, visit the DLIS website at http://www.dlis.dla.mil/jcp.
This documentation should address the following:
- Company Name; Company Address; Cage Code; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
- Product information (existing product brochures, datasheets and/or test results) for check valves.
HOW TO RESPOND
Interested companies shall respond within fifteen (15) days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI via e-mail no later than 7 August 2025, 5:00 PM EST to Contract Specialist, Kelly Gray, at kelly.e.gray13.civ@us.navy.mil.
The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. The Government will not reimburse the respondent for any costs associated with the information submitted in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. No classified information shall be submitted. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. 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 of the Government without written permission in accordance with the legend. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Any information or materials provided in response to this RFI will not be returned. No basis for claims against the Government shall arise because of a response to this RFI.
Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the government to solicit or award a contract. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website: www.sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.