Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2018 FBO #6197
SOURCES SOUGHT

20 -- Virginia Class Tailcone

Notice Date
11/9/2018
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Carderock Division, 9500 MacArthur Boulevard, West Bethesda, Maryland, 20817-5700
 
ZIP Code
20817-5700
 
Solicitation Number
N00167-19-R-0008
 
Archive Date
12/15/2018
 
Point of Contact
Abeer J. Ameer, Phone: 3012274047
 
E-Mail Address
abeer.ameer@navy.mil
(abeer.ameer@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL (RFP) - AWARD OF A CONTRACT WILL NOT BE MADE AS A RESULT OF THIS NOTICE. ADDITIONALLY, CONTRACTORS WILL NOT BE COMPENSATED FOR COSTS RELATED TO RESPONSE PREPARATION AND/OR SUBMITTAL. The Naval Surface Warfare Center, Carderock Division is issuing this sources sought as a means of conducting market research to identify vendors with the capability and resources to manufacture and deliver VIRGINIA Class Submarine Propulsor Tailcones. The result of this market research will lead to a competitive procurement for QTY ELEVEN (11) VIRGINIA Class Submarine Propulsor Tailcones over an ordering period of FIVE (5) years on a Firm-Fixed-Price basis. Each Tailcone is comprised of nickel aluminum bronze (clap and mounting ring), Glass Reinforced Fiber shell with a Poly-urea overcoat, and syntactic foam fill. A typical manufacturing process for a single Tailcone consists of material sourcing/procurement, nickel aluminum bronze machining, composite shell fabrication/poly-urea overcoat application, non-metallic outer surface machining, assembly, painting and balancing. The Government will require various inspection points and will be intimately involved throughout the manufacturing process. A representative sketch can be provided once a DD Form 2345 is provided to the POC listed for this announcement. As part of the response, the offerors at a minimum shall: 1. List business size 2. Demonstrate the capability to meet the requirements 3. Inform the Government if barriers exist that would not allow for the offeror to propose 4. Provide recommendations on the contract type selection The response is limited to ten pages. Please note that no Government response will be provided to questions/comments submitted in response to this notice and respondents will NOT be notified of the results of the sources sought. All questions/comments/recommendations will be reviewed by the Government to assist in identifying revisions to be incorporated in the draft documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00167/N00167-19-R-0008/listing.html)
 
Record
SN05149175-W 20181111/181109230632-819a529653566dd848bd47ab81862ce4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.