Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2020 SAM #6658
SOURCES SOUGHT

53 -- Request for Information: Subsafe Level I Qualified Manufacturer

Notice Date
2/19/2020 9:12:42 AM
 
Notice Type
Sources Sought
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112 USA
 
ZIP Code
19112
 
Solicitation Number
20-A1P-RFI
 
Response Due
3/6/2020 1:00:00 PM
 
Archive Date
03/21/2020
 
Point of Contact
Alicia McPeters, Phone: 2158971949
 
E-Mail Address
alicia.mcpeters@navy.mil
(alicia.mcpeters@navy.mil)
 
Description
The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking SUBSAFE Level I Qualified sources able to produce large SUBSAFE/Level I cylindrical metal parts made out of NI-CU-AL (K-Monel), SUBSAFE/LEVEL I components made out of tellurium copper, waveguide and waveguide components made from Naval Brass, and fasteners made from K-Monel and CRES. The Contractor shall be SUBSAFE/LI certified and capable of meeting all of the LI Material Identification and Control requirements. The Contractor must be able to manufacturer the following machined parts over a five (5) year period, with the ability to produce and deliver a minimum of two (2) complete assemblies per year: Large SUBSAFE/Level I cylindrical K-Monel parts that are up to 18 feet, 0.65 inches in length and 5 inches in diameter from stock material that meets the following material specifications: QQ-N-286 or equivalent, Class A forged and age hardened stock. SUBSAFE/Level I parts from Tellurium Copper that are up to 2.65 inches in diameter and .75 inches in length from stock material, that meets the following material specifications: ASTM B301 or equivalent, Tellurium copper 127, Half Hard. Produce components of Naval Brass, machined from alloy 464, ASTM B21 and alloy 464, QQ-B-639. Manufacturer must be able to braze Naval Brass Waveguide components. Produce fasteners machined from K-Monel FF-W-84A, CL G, MS 18116, and Class A, Annealed Age hardened.� Manufacturer must be able to produce fasteners machined from CRES CL 304, Cond A, meeting SAE AMS-QQ-S-763. The Contractor shall be able to perform radiofrequency (RF) tests using a WR112 Waveguide slotted line or network analyzer; and shall be able to hydrostatically test final assembly at a low pressure of 6 PSI and at a high pressure of 1000 PSI. This sources sought is being issued for the purpose of identifying those businesses (large and small) with the required expertise that might be interested in responding to a formal solicitation.� Interested Large and Small businesses are invited to submit capability statements, not to exceed five (5) double spaced, single-sided pages in length, describing their ability to fulfill this requirement.� Capability Statements must include the following: (1) Company Name, Company Address, Point of Contact with phone and email, Cage Code, DUNs, Business Size (2) A complete description of the offeror�s capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government�s objectives as stated above, (3) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort, (4) A summary of previous corporate experience relevant to the requirements obtained within at least the last five years together with applicable Government contract numbers and Government technical and contract points of contact with current telephone numbers; (5) A corporate roadmap on how capabilities not able to be fulfilled by existing company personnel plan to be filled by the contract award date; (6) Any potential subcontracting arrangements being considered at this time.� If subcontracting is contemplated, the capabilities statement shall contain sufficient information concerning the planned subcontracting arrangements to assure the Government that the limitations in FAR 52.219-14 can be met.� These limitations require that at least 50% of the cost of contract performance incurred for personnel will be expended for employees of the prime contractor. *Any reference subcontracting arrangements shall include: Company Name, Company Address, Point of Contact with phone and email, Cage Code, DUNs, Business Size NOTE:� The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited.� All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence. No telephone responses will be accepted.� No contractor response received after the advertised due date and time will be accepted.� No exceptions to this receipt deadline will be granted under any circumstances.� Responses must be received no later than 1600 EST on 06 March 2020 by e-mail to Alicia McPeters, Alicia.McPeters@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6527514203804a889345e20bc9f12146/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05566088-F 20200221/200219230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.