Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOURCES SOUGHT

20 -- Virginia Class Propulsor - Most Aggressive Feature (MAF)

Notice Date
1/24/2020 7:57:08 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NSWC CARDEROCK BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
N00167-20-R-0007
 
Response Due
2/14/2020 9:00:00 AM
 
Archive Date
02/29/2020
 
Point of Contact
Jordan Good, Phone: 301-227-3603, Abeer J. Ameer, Phone: 301-227-4047
 
E-Mail Address
jordan.s.good@navy.mil, abeer.ameer@navy.mil
(jordan.s.good@navy.mil, abeer.ameer@navy.mil)
 
Description
N00167-20-R-0007 - Request For Information: Virginia Class Propulsor Most Aggressive Feature (MAF) � 1. This is not a Request for Proposal (RFP) and an award of a contract will not be made as a result of this posting. The Naval Surface Warfare Center, Carderock Division is hereby issuing a Request for Information (RFI) from all potential sources to provide information regarding the below requirement: � � Reference������������� Title��������������������������������������� �������������������������������������������������������������� Dwg No. (a)�������������������������� (CONFIDENTIAL) PMAF Interface Control Drawing��������������� UTAS Dwg 000-00008161-000 (b)�������������������������� (CONFIDENTIAL) Rotor Type HYDEM Assembly������������������ NAVSEA Drawing 245-8328551 (c)�������������������������� (CONFIDENTIAL) PMAF Shipping Fixture Assembly������������ UTAS Drawing 173-00008161-000 Material Specification Development � ��������������� The Contractor shall develop and deliver a performance specification for the material utilized in the VIRGINIA Class Propulsor MAF, defined in reference (a).� The specification shall include all material properties and specifications, including target values for tolerances and frequencies. Engineering Support Services The contractor shall perform engineering services in support of Hybrid Multi-Material (HMM) propulsor cost reduction tasking, review and design change incorporation, design and drawing creation or other engineering design-related tasking.� � Installation and Maintenance Support Services � The contractor shall perform installation and maintenance support services on VIRGINIA Class Propulsor (HMM) and composite hardware.� The contractor shall provide support to the Navy to install the component in reference (a) into the assembly shown in reference (b).� The contractor shall develop procedures for the repair of all components in reference (a) due to potential damage incurred during at-sea operation.� The contractor shall obtain NAVSEA approval for these procedures, and execute repair procedures.� These procedures will be executed in the installed condition in dry dock when feasible, or with the component uninstalled from the submarine and in a shipyard or industrial environment. Manufacturing Plan The contractor will be required to develop a manufacturing plan�� to address the following items: ��������������� Manufacturing processes/procedures Versalink Casting Process/Procedure Surface Preparation Process/Procedure Part movement and subcontractor processes/plans Quality Management and Quality Assurance Plan The Contractor will be required to maintain a certified Quality Management System in accordance with the requirements of ISO 9001:2015.� The contractor will be required develop a Quality Assurance Plan to address how the contractor shall test and inspect material delivered under this contract.�� The Quality Assurance Plan shall adhere to the requirements of the certified Quality Management System. � VIRGINIA Class Propulsor MAF The Contractor shall manufacture a maximum of seven (7) MAFs within a 4 year contractual period of performance in accordance with reference (a).� Each MAF will be manufactured in accordance with an approved Manufacturing Plan and inspected and tested in accordance with the approved Quality Assurance Plan prior to delivery.� Installation fasteners, including all bolts, studs, bushings, multi-jack fasteners, and fairing caps as shown on reference (b) shall be procured and shall be kitted and crated separately.� � Manufacture and Deliver Shipping and Installation Fixture (SIF) The Contractor shall manufacture a maximum of three (3) SIFs within a 4 year contractual period of performance in accordance with reference (c).� Each SIF will be manufactured in accordance with the approved Manufacturing Plan and inspected and tested in accordance the approved Quality Assurance Plan prior to delivery.� Security � The work requires access to classified documents and industrial work areas. The contractor personnel will be required to hold CONFIDENTIAL clearances and the contractor will be required to have a CONFIDENTIAL Facility Security Clearance. Government Purpose Rights The Government requires purpose rights. The Government wants to obtain purpose rights from technical data that is developed and produced throughout the duration of this contract and from any follow-on contract. Provide details of any limitation on technical data rights for the specific proprietary information that would not be shared with the Government. IMPORTANT NOTE: IF INTERESTED, PLEASE SUBMIT YOUR COMPANY�S NAME, ADDRESS THE CLASSIFIED DRAWINGS CAN BE MAILED TO, CAGE, and DUNS TO THE CONTRACT SPECIALIST AND CONTRACTING OFFICER BELOW.� AFTER THE GOVERNMENT VERIFIES THE SECURITY CLEARANCE OF THE COMPANY, IT WILL MAIL THE DRAWINGS TO THE ADDRESS PROVIDED. AFTER SUBMITTING A RESPONSE TO THIS REQUEST, ALL INTERESTED PARTIES MUST DESTROY THE CONFIDENTIAL DRAWINGS LISTED AS REFERENCES (a, b, and c) IN ACCORDANCE WITH GOVERNMENT APPROVED PROCESSES FOR DESTRUCTION OF CONFIDENTIAL AND PROPRIETARY INFORMATION. 2. NSWCCD intends to fulfill this requirement via a hybrid Firm Fixed Price and Cost-Plus-Fixed-Fee Completion �Type contract with an anticipated award date of 01 JUN 21. Vendors are requested to provide the following information pertaining to their supply/service: Company name, address, phone number, primary points of contact(s), email address, business size (large/small), and CAGE CODE Capabilities that can meet the requirements above Typical delivery and/or installation time frames for the above requirements Any barriers that would not allow a proposal submission � 3. ����������� Contracting Office Address: Naval Surface Warfare Center Carderock Division 9500 MacArthur Boulevard BLDG 42, West Bethesda, MD 20817-5700 Questions may be submitted to: � Jordan Good ��������������������������������������� Abeer Ameer Contracting Specialist������������������������ Branch Head jordan.s.good@navy.mil������������������ abeer.ameer@navy.mil 301-227-3603������������������������������������� 301-227-4047
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7930ea5bfdf249eaba38b6806b35b558/view)
 
Record
SN05543503-F 20200126/200124230150 (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.