NAWCAD WOLF Electromagnetic Interference (EMI) & Electromagnetic Pulse (EMP) certified flexible conduit parts
Notice ID: N68335-25-RFI-0433

This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). -The Naval Air Warfare Center Aircraft Division - Webster Outlying Field (NAWCAD WOLF) Ship and Air Integrated Warfare (SAIW) Division has a requirement for shipboard repairs to the fleet for various Electromagnetic Interference (EMI) & Electromagnetic Pulse (EMP) certified flexible conduit parts. The parts shall comply with the NAVSEA mandated requirements for shipboard conduit of MIL-PRF-24758A(SH).  

This requirement may require multiple shipboard-based conduit parts as summarized below:

FLEXIBLE CONDUIT PARTS

Flexible conduit with 1/2 inch (13 mm) nominal ID

Flexible conduit with 3/4 inch (19 mm) nominal ID

STAINLESS STEEL ASSEMBLY TO CONNECT STUFFING TUBE TO FLEXIBLE CONDUIT

B size stuffing tube to 1/2 inch flexible conduit - Straight assembly

B size stuffing tube to 3/4 inch flexible conduit - Straight assembly

C size stuffing tube to 3/4 inch flexible conduit - Straight assembly

D size stuffing tube to 3/4 inch flexible conduit - Straight assembly

B size stuffing tube to 1/2 inch flexible conduit - 90 degree sweep

B size stuffing tube to 3/4 inch flexible conduit - 90 degree sweep

C size stuffing tube to 3/4 inch flexible conduit - 90 degree sweep

D size stuffing tube to 3/4 inch flexible conduit - 90 degree sweep

STAINLESS STEEL ASSEMBLY TO CONNECT THREADED EQUIPMENT TO FLEXIBLE CONDUIT

Male tapered pipe thread of 1/2 -14 NPT to ½ inch flexible conduit - Straight assembly

Male tapered pipe thread of 3/4-14 NPT to 3/4 inch flexible conduit - Straight assembly

Male tapered pipe thread of 1-11 ½ NPT to 3/4 inch flexible conduit - Straight assembly

Male tapered pipe thread of 1/2-14 NPT to ½ inch flexible conduit - 90 degree sweep

Male tapered pipe thread of 3/4-14 NPT to 3/4 inch flexible conduit - 90 degree sweep

Male tapered pipe thread of 1-11 ½ NPT to 3/4 inch flexible conduit - 90 degree sweep

STAINLESS STEEL ASSEMBLY TO CONNECT FLEXIBLE CONDUIT TO EQUIPMENT WITH 1 INCH BOX HOLE

1/2 inch flexible conduit to the equipment - Straight assembly

3/4 inch flexible conduit to the equipment - Straight assembly

1/2 inch flexible conduit to the equipment - 90 degree sweep

3/4 inch flexible conduit to the equipment - 90 degree sweep

RESPONSES

Requested Information

Section 1 of the response shall provide administrative information and shall include the following at a minimum.

  • Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact.
  • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).

Section 2 of the response shall provide technical information, and shall include the following at a minimum.

  • Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes to include NAVSEA MIL-PRF-24758A(SH). Reponses that include information detailing potential tradeoffs or alternative solutions are encouraged while still meeting the NAVSEA standards.
  • Respondents shall indicate if they are able to provide all of the required parts found in this RFI. Indicate those that cannot be provided. The Government understands that some vendors may have more parts/components to satisfy the functionality of the listed Government description. As example, if a vendor requires 2 or 3 parts to make the connection from the flexible conduit to the equipment box through a one-inch box hole, then the vendor should provide details on those required parts to satisfy the required connection.
  • As the purpose of this action is to acquire “repair” parts, vendor stated lead times will be an important consideration in the potential selection process. Please provide lead times estimates for the parts listed herein.
  • If applicable, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor Point of Contact (POC) for each program, with email address and phone number.
  • The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA.
  • Respondents should include a list of authorized distributors (if any).

ADDITIONAL INFORMATION

The Government is seeking industry input to assist in identifying components that might meet the 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. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.

In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA.

The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of those individuals have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded IAW the applicable Government regulations.

Failure to respond to this RFI does not preclude participation in any future associated solicitation 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 Systems for Award Management (SAM) website: https://sam.gov  It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.

HOW TO RESPOND

Interested parties shall respond within five 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 (not to exceed ten pages) via e-mail no later than 15 May 2025 to truman.b.harris3.civ@us.navy.mil.

Department/Ind.Agency DEPT OF DEFENSE
Office
NAVAIR
Contract Opportunities
Notice Type
Sources Sought
Updated Date
2025-05-02
Published Date
2025-05-02
Logo

Don't have an account? Sign Up

Forgot password?

Or log in with