Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 13, 2016 FBO #5224
SOLICITATION NOTICE

48 -- Manufacture a single prototype hydraulic manifold that is qualified for installation onboard U.S. Naval Submarines. - Statement of Work

Notice Date
3/11/2016
 
Notice Type
Presolicitation
 
NAICS
336310 — Motor Vehicle Gasoline Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Philadelphia Division, 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112-1403, United States
 
ZIP Code
19112-1403
 
Solicitation Number
N64498-16-RFI-5036
 
Archive Date
4/2/2016
 
Point of Contact
Marissa Dickens, Phone: 2158971947
 
E-Mail Address
marissa.dickens@navy.mil
(marissa.dickens@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
TBA OR Program - Winch Motor & Brake Manifold Redesign RFI SOW REQUEST FOR INFORMATION (RFI) N64498-16-RFI-5036 Towed Buoy Antenna for Ohio Replacement Program - Winch Motor & Brake Manifold Redesign - Request for Information THIS REQUEST FOR INFORMATION (RFI) NOTICE is being issued by the Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD). NSWCPD has a requirement to procure design concepts for new Ohio Replacement (OR) Towed Buoy Antenna (TBA) Winch Manifold. The proposed design must be manufactured as a single prototype and qualify the design for shipboard installation. It is the Government's intention to procure these prototypes for new OR TBA Winch Manifolds utilizing other than full and open competition, from Sargent Aerospace and Defense, IAW FAR 6.302-1, as only Sargent Aerospace and Defense meets the Government's requirements. Sargent Aerospace and Defense was the single source supplier of hydraulic control valves and associated hardware for OHIO, SEA WOLF and VIRGINIA Class submarines. Sargent is currently the only supplier of hydraulic control valves qualified for installation on U.S. submarines. The OR Class hydraulic control valve effort will consist of new, modified and existing hydraulic control valve designs. The use of existing and modified qualified component designs requires little or no requalification and provides significant cost savings over the development of new designs. New designs will require development of drawings, test procedures, integrated logistics support (ILS) data and qualification. Reuse of existing OHIO, SEA WOLF and VIRGINIA Class hardware minimizes this effort and will improve overall/lifecycle cost due to commonality of designs and parts across the classes. NSWCPD intends to issue a solicitation to the specified vendor to meet mission requirements. Prior to issuing a solicitation, NSWCPD is requesting information in order to make an informed determination regarding procurement strategy. A copy of the DRAFT Statement of Work (SOW) is attached. SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide the required completed drawing assemblies, installation plan, design concepts, prototype hardware and shock hardware to meet the needs of the Government. There is also an option for qualification testing and test reports that satisfy the Ohio Replacement Platform (ORP). Responses shall discuss how your product/service will meet the requirements found in the SOW. Responses are not to exceed 10 pages. Responses shall be in electronic format. A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contract (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. NSWCPD will accept only electronic unclassified submission of responses. Responses shall be sent to Marissa Dickens at marissa.dickens@navy.mil with the subject line "N64498-16-RFI-5036" All responses shall be unclassified and submitted by no later than 4:00PM on 18 March 2016. This RFI is for market research purposes only and does NOT constitute a Request for Proposal (RFP). This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This RFI Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes. Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned. A copy of the DRAFT Statement of Work (SOW) is attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d9a905b16e131c9bf0cd30ca4e2e65b9)
 
Place of Performance
Address: Naval Surface Warfare Center Philadelphia Division, 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112, United States
Zip Code: 19112
 
Record
SN04047811-W 20160313/160311234707-d9a905b16e131c9bf0cd30ca4e2e65b9 (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.