SOURCES SOUGHT
J -- Welding Repair Services in Support of Production � Naval Foundry & Propeller Center
- Notice Date
- 2/3/2025 6:45:01 PM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
- ZIP Code
- 19112-1403
- Solicitation Number
- N6449825RFI4035
- Response Due
- 2/11/2025 1:30:00 PM
- Archive Date
- 04/11/2025
- Point of Contact
- Matthew D. Parlett, Phone: 2679905870
- E-Mail Address
-
matthew.d.parlett.civ@us.navy.mil
(matthew.d.parlett.civ@us.navy.mil)
- Description
- This Sources Sought notice is being issued by the Department of the Navy (US Navy), Naval Surface Warfare Center, Philadelphia Division (NSWCPD), on behalf of the Naval Foundry & Propeller Center (NFPC). The Government is seeking interested sources for performance of the following services: Welding repair services in support of production. Resulting contract will be classified (see attached draft Statement of Work (SOW). Each welder rendering services under the resulting contract shall have completed a NAVSEA approved weld workmanship program, maintain a nondestructive testing (NDT) certification (NAVSEA level TBD), and be qualified to perform weld procedures applicable to performing Nickel-Aluminum-Bronze (NAB) casting weld repairs per reference 2.0 of the attached SOW. The contractor shall submit applicable Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) for all personnel prior to performing any work at NFPC. The contractor shall travel, furnish all labor, equipment, and materials necessary to perform tasking in accordance with the references stated in Section 3.0 of the attached SOW. Accordingly, NSWCPD is requesting information from any and all interested sources in order to make an informed determination regarding its procurement strategy. Capability statements submitted in response to this notice should include the following information. Does the respondent have an approved accounting system? Does the respondent have an approved property system? Is the respondent able to accept and perform Cost-Plus-Fixed-Fee (CPFF) type contract? Does the respondent have prior experience performing welding repairs on NAB material? Does the respondent have prior experience performing NDT on NAB material? Does the respondent have a NAVSEA approved weld workmanship program? Is the respondent able to deploy its welding personnel to NFPC within the month of March 2025? SUBMISSION OF RESPONSES: Respondents shall provide capability statements with specific information regarding their ability to provide the required services to meet the NFPC�s needs as detailed in the attached draft SOW. Responding statements are not to exceed twenty (20) pages in length. Responses shall be in electronic format (Microsoft Word or PDF preferred). A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for North American Industry Classification System (NAICS) code 336611, and points of contact (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. NSWCPD will only accept unclassified, electronic submissions. Responses shall be sent to Contract Specialist Matt Parlett at Matthew.D.Parlett.civ@ua.navy.mil with the subject line ""RFI N6449825RFI4035 Welding NFPC.� All responses must be submitted by no later than 4:30 PM on 11 February 2025. This notice is for market research purposes only and does NOT constitute a Request for Proposal. 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 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, and the Government will not compensate the respondent for any cost incurred in developing the response to this notice. The Government will not release any information marked with a proprietary legend received in response to this notice 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/40dd0ae8d68043b9be870441703c8606/view)
- Place of Performance
- Address: Philadelphia, PA 19112, USA
- Zip Code: 19112
- Country: USA
- Zip Code: 19112
- Record
- SN07331226-F 20250205/250203230049 (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 |