Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 22, 2022 SAM #7357
MODIFICATION

R -- WDI Waterjet Engineering Services

Notice Date
1/20/2022 9:34:59 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
 
ZIP Code
19112-1403
 
Solicitation Number
21-BDM-058SS
 
Response Due
2/4/2022 6:00:00 AM
 
Point of Contact
Brian McGuire, Phone: 2679905793
 
E-Mail Address
brian.mcguire1@navy.mil
(brian.mcguire1@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 engineering services for the Littoral Combat Ship Independence variant (LCS-2) waterjet platform by ensuring engineering man-hours and services are readily available as required to maintain and improve the operational readiness, safety, reliability, maintainability, as well as operating and support costs for the Wartsila Defense, Incorporated (WDI) products.�Due to the high rate of waterjet system failures and systemic design problems, Code 427 requires OEM engineering services for WDI Waterjet Models WLD-1500-SR, WLD-1720-SR, LJ-150-E, and LJ-160E, and all ancillary equipment including waterjet hydraulic and electric control systems.� It is the Government's intention to procure these services utilizing other than full and open competition from WDI in accordance with FAR 6.302-1, as only WDI meets the Government's requirements.� In addition to designing the waterjets, WDI designed, manufactured, and owns propriety rights to all waterjets on the LCS-2/4/6 platform.� �The waterjets were designed for the US Navy exclusively by WDI at the time of initial fielding.� As such, WDI is the only vendor with the necessary information and data drawings to enable in-depth engineering and improvement required in this contract.� NSWCPD intends to issue a solicitation to the specified vendor to meet mission requirements.� Prior to issuing a brand name only 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 waterjets to meet the needs of the Government. Responses shall discuss how your product/service will meet the requirements found in the SOW. � Responses are not to exceed 6 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 541330 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 Brian McGuire at Brian.McGuire1@navy.mil with the subject line ""RFI LCS Waterjet Engineering."" All responses shall be unclassified and submitted by no later than 09:00 EDT on 04 FEB 2022. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8bb9a589a7704e2497dc6c382979bfbe/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06220947-F 20220122/220120230105 (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.