Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOURCES SOUGHT

J -- Submarine Propeller & Propulsor On-Site Repair

Notice Date
12/12/2019 4:43:05 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112 USA
 
ZIP Code
19112
 
Solicitation Number
N6449820R4021
 
Response Due
1/2/2020 12:00:00 PM
 
Archive Date
01/17/2020
 
Point of Contact
Kimberly DiBartolomeo, Phone: 2158972941
 
E-Mail Address
kimberly.dibartolome@navy.mil
(kimberly.dibartolome@navy.mil)
 
Description
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 Submarine Propeller and Propulsor On-site repair services to be performed at various Naval shipyards and storage facilities CONUS and OCONUS to repair cracks and other defects identified during periodic inspections. It is the Government's intention to procure these services utilizing full and open competition. A repair facility must have familiarity with the requirements, develop repair procedures, and require welding and paint certifications to meet requirements. To support the on-going production configuration and product improvements, a facility would have to: Qualify personnel through NAVSEA Propeller Visual Technical Inspection Course, Ducted Propulsor Inspection Course, and Dimensional Inspection Course. Qualify personnel to weld Nickel Aluminum Bronze, Inconel, and HY-80 in various positions. Qualify personnel to perform abrasive blasting operations in accordance with SSPC-C7. Qualify personnel to perform coatings spray application in accordance with SSPC-C12. Qualify personnel to operate plural component equipment in accordance with SSPC-C14. Personnel and facility security to meet the requirements of SCG ID# 05-056.4. Personnel qualified to perform Ultrasonic Testing in accordance with S9245-AR-TSM-010/PROP, S9245-AQ-TSM-010/PROP, and S9245-AZ-TSM-010.The facility must maintain a Quality Management System (QMS) in accordance with ASQ/ANSI/ISO 9001:2015 standards per Naval Sea Systems Command (NAVSEA) QMS Acceptance Authority or appropriate directorate requirements.NSWCPD intends to issue a solicitation to meet mission requirements. Prior to issuing a solicitation, NSWCPD is requesting information to make an informed determination regarding procurement strategy.SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide the required repair services to meet the needs of the Government. Responses shall discuss how your company will meet the requirements.Responses are not to exceed five (5) pages. Responses shall be in electronic format. A cover page shall be included with the response. At a minimum, 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 including names, e-mail, and telephone numbers. The cover page is not considered in the total page count.NSWCPD will only accept electronic unclassified submission of responses. Responses shall be sent to Kimberly DiBartolomeo at kimberly.dibartolome@navy.mil with the subject line "RFI N64498-19-R-4021." All responses shall be unclassified and submitted no later than 03:00PM EST on 02 January 2020.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.The 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c0481b5913a64627b9518130d9105dc2/view)
 
Record
SN05515780-F 20191214/191212230311 (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.