SOLICITATION NOTICE
59 -- Fabrication, inspection, testing, and delivery of up to ten (10) Electronic Throttle Control Units (ETCU) and its Line Replaceable Unit (LRU) spare component
- Notice Date
- 5/24/2022 11:58:28 AM
- Notice Type
- Presolicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
- ZIP Code
- 19112-1403
- Solicitation Number
- N6449822R4066
- Response Due
- 6/8/2022 2:00:00 PM
- Point of Contact
- Francis J. Brady, Phone: 2158977821, Michael R. Sommeling, Phone: 2158971226
- E-Mail Address
-
francis.j.brady@navy.mil, michael.r.sommeling2@navy.mil
(francis.j.brady@navy.mil, michael.r.sommeling2@navy.mil)
- Description
- Scope�� The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking sources to provide all aspects of the production, fabrication, assembly, inspection, testing, and delivery processes of up to ten (10) Electronic Throttle Control Units (ETCU) and its Line Replaceable Unit spare component (known as the Sled Assembly). The ETCU is a subcomponent of the Generation 2 Propulsion System Test Device (Gen 2 PSTD), a propulsion train monitoring and test device installed on Virginia (SSN 774) class submarines, and is comprised of the following Line Replaceable Units (LRU): a switch assembly; a capacitor assembly; a power supply assembly; and a sled assembly. All aspects of the production, fabrication, and/or assembly, as well as, inspection, testing and delivery processes will be required. This includes the following: material purchasing, electrical and mechanical fabrication, fabrication testing and assembly, facilities, electrical and mechanical tooling, quality control, quality assurance, incoming inspections in-process inspections, final inspections, component testing, and system testing. Testing will also include: first article inspection (FAI), testing of the fabricated products, environmental stress screening (ESS) and acceptance testing. Incumbent�� These units are currently being manufactured and delivered to the NAVY by Raytheon via Contract N64498-19-D-4016. Contract Type�� An Indefinite-Delivery, Indefinite-Quantity (IDIQ) Firm-Fixed Price (FFP) contract is anticipated. Period of Performance�� The performance period is expected to span up to three (3) years. �� Set-Aside/Additional Sources�� The RFP is anticipated to be unrestricted.� The North American Industry Classification System (NAICS) Code is 334419. QUEST IS NOT A REQUEST FOR A PROPOSAL OR ANNOUNCEMENT OF A SOLICITATION.� The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited.� All information and data received in response to the sources sought marked or designated as corporate proprietary information will be fully protected and held in strict confidence. Responses:��Responses to this Pre-Soliciation/Synopsis are due no later than close of business on 08 June 2022. Unclassified responses shall be submitted via e-mail to Francis Brady at francis.j.brady14.civ@us.navy.mil. Verbal questions will not be accepted.� Accordingly, questions shall not contain any classified information.� The Government does not guarantee that questions submitted after 08 June 2022 will be answered.��
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/be17acae8bed48ae8d1fbe6191bded49/view)
- Record
- SN06337080-F 20220526/220524230124 (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 |