Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2021 SAM #7088
SOURCES SOUGHT

20 -- Propulsor HYSHMA Pours

Notice Date
4/26/2021 12:47:56 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NSWC CARDEROCK BETHESDA MD 20817-5700 USA
 
ZIP Code
20817-5700
 
Solicitation Number
N00167-21-R-HYSHMA
 
Response Due
5/12/2021 9:00:00 AM
 
Archive Date
05/27/2021
 
Point of Contact
Abeer J. Ameer, Phone: 3012274047
 
E-Mail Address
abeer.ameer@navy.mil
(abeer.ameer@navy.mil)
 
Description
This is not a Request for Proposal (RFP) and a contract award will not be made as a result of this Request for Information (RFI).� Naval Surface Warfare Center, Carderock Division (NSWCCD) is requesting assistance from commercial industry to conduct market research for applying Hydrodynamic Shaping Material (HYSHMA) to Nickel-Aluminum-Bronze Cast Ducts for Submarine Propulsors and other possible Submarine Propulsor HYSHMA applications. �The purpose of this RFI is to conduct market research by soliciting industry comments and feedback. �Market Research is being conducted to determine all potential socio-economic small businesses and large businesses interested in, and capable of, providing the services identified herein.� This posting is issued in accordance with the requirements of Federal Acquisition Regulation (FAR) Part 10. Responses should include the following: 1. Cover page, not to exceed one (1) page that includes: a. Organization name, CAGE code and address b. Point of contact name and contact information c. Size and type of organization, including if applicable U.S. small business or other status d. Brief statement of interest that indicates the organization�s interest in applying as a prime or subcontractor. 2.� Response to NSWCCD objectives shall not exceed 25 pages. �Interested parties shall describe their capabilities and provide past performance related to becoming qualified to pour HYSHMA in accordance with the vendor qualification specification, Attachment 1, and material specification, Attachment 2.� Attachment 3 provides a draft statement of work (SOW) showing a potential scope of effort. If drawings or the Security Classification Guide mentioned in the draft SOW are required, please provide your company�s CAGE Code as the drawings are either classified or are considered Controlled Unclassified Information (CUI) and the company needs to have an active Joint Certification Program (JCP) clearance to receive the CUI drawings and an active Security Clearance to receive the classified drawings and the Security Classification Guide. NSWCCD is also seeking industry feedback on the following questions provided below. �Furthermore, interested parties shall also identify any barriers to becoming qualified or satisfying the SOW. HYSHMA Future Planning (tentative): For planning purposes, the estimated quantities are one large pour (COLUMBIA Forward Assembly) per year and two to four smaller pours (COLUMBIA Aft Outer Structure or VIRGINIA Class Improved Advanced Hybrid Aft Outer Structure or sets of COLUMBIA Bearing Support Structure HYSHMA Blocks) per year.� Note, successful completion of the tasks in Attachment 1 (and subsequent qualification as a HYSHMA vendor) is a required prerequisite for the vendor to execute the HYSHMA pours under the SOW.� Qualification per attachment 1 shall be conducted entirely with equipment that is transportable offsite for use at other industrial production facilities. NSWCCD intends to fulfill this requirement via a single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract with Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) orders with an anticipated award date of Fourth Quarter, Fiscal Year 2022.� NSWCCD Questions: Are you willing to perform the tasks required by Attachment 1 to become qualified to pour HYSHMA to meet the material requirements of Attachment 2? �Outline your capabilities (equipment, facilities, and personnel qualifications) to perform these tasks and identify any capital/facility/equipment upgrades required. Are you planning on pursuing HYSHMA qualification under internal research and development (IRAD) or other internal funds to support a technically acceptable proposal for the future HYSHMA contracts defined above? What is your estimated schedule and cost to become qualified?� This is for planning purposes and the Government considers engineering rough order of magnitude (EROM) estimates to be the appropriate level of detail for this effort. Outline any experience related to performing tasks related to becoming qualified per Attachments 1 and 2 and/or the Draft SOW, Attachment 3. Do you have any suggestions regarding the scope of the Draft SOW, Attachment 3, especially changes that would contribute to your intention to become qualified per Attachment 1? Which sections of any of the three attachments are unclear, require more information in order for you to evaluate your ability to perform them, or cannot be complied with for reasons potentially overlooked by the Government?� Do you have any suggestions regarding contract vehicle, contract type or/and CLIN structure? Contracting Office Address: Naval Surface Warfare Center Carderock Division 9500 MacArthur Boulevard West Bethesda, MD 20817-5700 Questions may be submitted to: Name: Abeer Ameer���� ����������������������� ����������� Contracting Officer Abeer.ameer@navy.mil��������� ����������� ����������� 301-227-4047�������������� ����������� Attachments: NAVSEA dwg 245-8880678, HYSHMA Vendor Qualification Specification, Rev A, dtd 1/6/2021 NAVSEA dwg 245-8740860, HYSHMA SG-071 Material Specification, Rev B, dtd 1/6/2021 Draft SOW
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/df4858ed620f4e34bc4fc96b6b55b14b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05983601-F 20210428/210426230116 (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.