SOURCES SOUGHT
20 -- Columbia Class Bearing Support Structure - Draft SOW
- 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-0006
- Archive Date
- 12/15/2018
- Point of Contact
- Abeer J. Ameer, Phone: 3012274047, Tricia Folts, Phone: 301-227-5749
- E-Mail Address
-
abeer.ameer@navy.mil, patricia.folts@navy.mil
(abeer.ameer@navy.mil, patricia.folts@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- BSS Industry Day Questions with Responses Draft Sections B, E, and F Draft Sections L & M Draft Statement of Work 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 Advanced Propulsor Management Office (Code 808) in the Naval Architecture and Engineering Department (Department 80) of the Naval Surface Warfare Center, Carderock Division (NSWCCD) is responsible for Engineering and Manufacturing Development (EMD) of US Navy COLUMBIA (CLB) Class submarine propulsors. One of the requirements for the CLB Class is the manufacturing of the Bearing Support Structure (BSS). The BSS Inseparable Assembly is a key component. The BSS serves as the main structural interface between the propulsor and submarine. This posting seeks to find sources to fulfill the BSS requirement. Included with this notice is a draft Statement of Work (SOW), Draft Sections B, E, F, L, and M of the Solicitation, and Answers to Questions received on the BSS Industry Day held at Carderock on 02 Nov 2018. The draft documents are being provided to request comments, recommendations, and questions from potential offerors. Interested offerors should contact the POCs listed in the announcement with the DD Form 2345 to retreive drawings mentioned in the SOW. As part of the response, the offerors at a minimum shall: 1. List business size 2. Demonstrate the capability to meet the requirements and schedule 3. Inform the Government if barriers exist that would not allow for the offeror to propose 4. Provide recommendations on the incentive fee structure to include recommendations on the need for minimum and maximum fees 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-0006/listing.html)
- Record
- SN05149249-W 20181111/181109230653-54beaaefd112b1d5f33c9f3676b808a1 (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 |