SOURCES SOUGHT
20 -- Nickel-Aluminum Bronze Machining
- Notice Date
- 4/1/2022 6:21:28 AM
- 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
- N0016722NAB
- Response Due
- 4/22/2022 2:00:00 PM
- Point of Contact
- Abeer J. Ameer, Phone: 3012274047, Lina K. Bazensky
- E-Mail Address
-
abeer.j.ameer.civ@us.navy.mil, lina.k.bazensky.civ@us.navy.mil
(abeer.j.ameer.civ@us.navy.mil, lina.k.bazensky.civ@us.navy.mil)
- Description
- This is not a Request for Proposal and award of a contract will not be made as a result of this Request for Information (RFI).� The Advanced Propulsor Management Office (Code 808) in the Naval Architecture and Engineering Department (Department 80) of the Naval Surface Warfare Center, Carderock Division (NSWCCD) requests assistance from industry for conducting market research to identify vendors to become qualified to machine VIRGINIA and COLUMBIA Class propulsor Nickel-Aluminum-Bronze (NAB) castings. The purpose of this RFI is to conduct market research by soliciting industry comments and feedback. Market research will determine potential socio-economic small and large businesses interested in, and capable of, providing the support services identified herein.� This posting is issued in accordance with the requirements of Federal Acquisition Regulation (FAR) Part 10. NSWCCD intends to fulfill this requirement via completion type under D-type contract with an anticipated award date of June 2023.� Attachments: (a) DistroA Machine Envelope.gif (Provided with RFI) (b) U_DisctroA_NFPC_Impeller.stp (Please contact the Contract Specialist and Contracting Officer) Responses should include the following: Cover letter, not to exceed one (1) page that includes: Organization name, CAGE Code, and address Point of contact name and contact information Size and type of organization, including if applicable U.S. small business or other status Brief statement of interest that indicates the organization�s interest in applying as a prime or subcontractor. 2. Interested parties shall provide a response (not to exceed 25 pages) to the following questions: Provide a summary of capabilities (equipment, facilities, and personnel qualifications) to rough machine NAB castings with a machining envelope of at least 6 meters wide x 8 meters long x 7 meters high, and identify any capital/facility/equipment upgrades required. Describe the reach and access capabilities of applicable machinery and equipment to provide 100% machining coverage of the on the model provided via references (a) and (b) with tooling not to exceed 12 inches in length. Examples of acceptable methods of description include, but are not limited to, documenting ram/head clearance for machining, simulated machining processes, and toolpaths. Describe prior experience and capabilities to machine hydrodynamic surfaces of submarine rotors or similar components. Confirm understanding that all parts to be machined and safeguarded will be classified as CONFIDENTIAL, provide facility security clearances , and state willingness to comply with all security requirements upon award. Describe current DCSA-approved facilities and computing resources (including CNC controllers) to conduct manufacturing operations at the CONFIDENTIAL level (or above).� If facilities/resources are not currently cleared to the CONFIDENTIAL level, indicate interest in receiving appropriate certification.� Provide recommendations on the contract vehicle, contract type or/and CLIN structure.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a42ca64df89946929ce67b91f2c06986/view)
- Record
- SN06287904-F 20220403/220402211550 (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 |