Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2009 FBO #2891
SOURCES SOUGHT

95 -- Main tasks are mold rigging design in CAD format, fabricate molds, provide foundry services to produce raw castings. - Proposed RCT IDIQ Tasks

Notice Date
10/22/2009
 
Notice Type
Sources Sought
 
NAICS
331528 — Other Nonferrous Foundries (except Die-Casting)
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Keyport Division, 614 Dowell Street, Keyport, Washington, 98345-7610
 
ZIP Code
98345-7610
 
Solicitation Number
N00253-RCT-IDIQ
 
Archive Date
11/28/2009
 
Point of Contact
Cynthia R. Harley, Phone: 3603153868, Jamie Myers, Phone: 3603153566
 
E-Mail Address
cindy.harley@navy.mil, jamie.myers@navy.mil
(cindy.harley@navy.mil, jamie.myers@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Proposed IDIQ Tasks and deliverables diagram. Government-specified quality requirements, provide certificates of conformance for the material and casting quality as needed and return the completed castings to NUWC Keyport. Attachment 1 provides a visual representation of the tasks. The maximum part size shall be 2' x 2' x 2' and the casting alloys may be but are not limited to: brass (including alloy C83600), bronze, aluminum, copper nickel, and stainless steel. From award of task order for a specific part, the completed raw casting shall be delivered to NUWC Keyport within six weeks of the contractor receiving the Technical Documentation Package (TDP) which will include, but may be limited to the CAD file of the needed part and the quality standard the raw casting must meet. Longer negotiated lead times shall be the exception rather than the rule. The contractor shall be capable of completing a mold or mold segments up to one cubic yard in volume within 50 hours of the receiving the CAD mold package. NUWC Keyport to provide a TDP at the initiation of each tasking for a specific part. The finished part shall match all CAD file geometry within ±.030” for up to one inch features, and an additional ±.005” per inch a feature is over 1”. For example, a 5” feature would have a tolerance of ±.050”. The required casting quality is typically between AMS-SAE-2175 class 2, grade 2 and class 4, grade 4. The Government may enter into one or multiple contracts as a result of this notice, for one base year and up to four (4) option years. Interested firms/companies are invited to indicate their interests and capabilities by providing specifications, brochures, manuals, reports, information pertaining to experience on previous contracts for similar supplies/services and other technical data. The capabilities package submitted by a vendor should demonstrate the firm's ability, capability, and responsibility to perform the principal components of work listed above. Packages should include the following information: (1) Business name, address, business size and type (8)(a), HUBZone, Service Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number; (2) Demonstration of the firm's experience shown by providing a list of at least three actual jobs completed within the past five years in which your firm has provided custom engineered molds and castings. For each job listed provide the following: a brief description of the work performed including quality assurance testing conducted, project title, dollar value of the job, the company name, location, and the customer's contact name and phone number for the work completed. All information is to be submitted via e-mail (10MB limit) at no cost or obligation to the Government; information provided will not be returned. All responses shall be in the English Language. Responses shall also indicate the size of the business entity; large or small business and indicate which of the technical areas(s) you are addressing in your submission. Please provide name of your firm, address, POC, phone/fax number, and email address. The Government will accept written questions by email only. In addition, interested firms are encouraged to submit their capabilities / qualification data NO LATER THAN November 13, 2009. Submittals and questions should be directed to the following point of contact: Naval Undersea Warfare Center Division Keyport, Attn. Cindy Harley, C/18, Keyport, WA 98345-7610, email cindy.harley@navy.mil. This is a Sources Sought Notice and submissions will be used for informational and planning purposes only. This notice does not constitute a formal Request for Proposal (RFP), nor is the government obligated to issue an RFP. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00253/N00253-RCT-IDIQ/listing.html)
 
Record
SN01990037-W 20091024/091022234550-80333d3174da8fb172503a36c2a079d0 (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.