Search Contract Opportunities

Virginia Class Propulsor - Most Aggressive Feature (MAF)   2

ID: N00167-20-R-0007 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Feb. 11, 2020, 11:55 a.m. EST

N00167-20-R-0007 - Request For Information: Virginia Class Propulsor Most Aggressive Feature (MAF)

1. This is not a Request for Proposal (RFP) and an award of a contract will not be made as a result of this posting. The Naval Surface Warfare Center, Carderock Division is hereby issuing a Request for Information (RFI) from all potential sources to provide information regarding the below requirement:

Reference Title Dwg No.

(a) (CONFIDENTIAL) PMAF Interface Control Drawing UTAS Dwg 000-00008161-000

(b) (CONFIDENTIAL) Rotor Type HYDEM Assembly NAVSEA Drawing 245-8328551

(c) (CONFIDENTIAL) PMAF Shipping Fixture Assembly UTAS Drawing 173-00008161-000

Material Specification Development

The Contractor shall develop and deliver a performance specification for the material utilized in the VIRGINIA Class Propulsor MAF, defined in reference (a). The specification shall include all material properties and specifications, including target values for tolerances and frequencies.

Engineering Support Services

The contractor shall perform engineering services in support of Hybrid Multi-Material (HMM) propulsor cost reduction tasking, review and design change incorporation, design and drawing creation or other engineering design-related tasking.

Installation and Maintenance Support Services

The contractor shall perform installation and maintenance support services on VIRGINIA Class Propulsor (HMM) and composite hardware. The contractor shall provide support to the Navy to install the component in reference (a) into the assembly shown in reference (b). The contractor shall develop procedures for the repair of all components in reference (a) due to potential damage incurred during at-sea operation. The contractor shall obtain NAVSEA approval for these procedures, and execute repair procedures. These procedures will be executed in the installed condition in dry dock when feasible, or with the component uninstalled from the submarine and in a shipyard or industrial environment.

Manufacturing Plan

The contractor will be required to develop a manufacturing plan to address the following items:

  • Manufacturing processes/procedures
  • Versalink Casting Process/Procedure
  • Surface Preparation Process/Procedure
  • Part movement and subcontractor processes/plans

Quality Management and Quality Assurance Plan

The Contractor will be required to maintain a certified Quality Management System in accordance with the requirements of ISO 9001:2015.

The contractor will be required develop a Quality Assurance Plan to address how the contractor shall test and inspect material delivered under this contract. The Quality Assurance Plan shall adhere to the requirements of the certified Quality Management System.

VIRGINIA Class Propulsor MAF

The Contractor shall manufacture a maximum of seven (7) MAFs within a 4 year contractual period of performance in accordance with reference (a). Each MAF will be manufactured in accordance with an approved Manufacturing Plan and inspected and tested in accordance with the approved Quality Assurance Plan prior to delivery. Installation fasteners, including all bolts, studs, bushings, multi-jack fasteners, and fairing caps as shown on reference (b) shall be procured and shall be kitted and crated separately.

Manufacture and Deliver Shipping and Installation Fixture (SIF)

The Contractor shall manufacture a maximum of three (3) SIFs within a 4 year contractual period of performance in accordance with reference (c). Each SIF will be manufactured in accordance with the approved Manufacturing Plan and inspected and tested in accordance the approved Quality Assurance Plan prior to delivery.

Security

The work requires access to classified documents and industrial work areas. The contractor personnel will be required to hold CONFIDENTIAL clearances and the contractor will be required to have a CONFIDENTIAL Facility Security Clearance.

Government Purpose Rights

The Government requires purpose rights. The Government wants to obtain purpose rights from technical data that is developed and produced throughout the duration of this contract and from any follow-on contract. Provide details of any limitation on technical data rights for the specific proprietary information that would not be shared with the Government.

IMPORTANT NOTE :

IF INTERESTED, PLEASE SUBMIT YOUR COMPANY'S NAME, ADDRESS THE CLASSIFIED DRAWINGS CAN BE MAILED TO, CAGE, and DUNS TO THE CONTRACT SPECIALIST AND CONTRACTING OFFICER BELOW. AFTER THE GOVERNMENT VERIFIES THE SECURITY CLEARANCE OF THE COMPANY, IT WILL MAIL THE DRAWINGS TO THE ADDRESS PROVIDED. AFTER SUBMITTING A RESPONSE TO THIS REQUEST, ALL INTERESTED PARTIES MUST DESTROY THE CONFIDENTIAL DRAWINGS LISTED AS REFERENCES (a, b, and c) IN ACCORDANCE WITH GOVERNMENT APPROVED PROCESSES FOR DESTRUCTION OF CONFIDENTIAL AND PROPRIETARY INFORMATION.

2. NSWCCD intends to fulfill this requirement via a hybrid Firm Fixed Price and Cost-Plus-Fixed-Fee Completion Type contract with an anticipated award date of 01 JUN 21.

Vendors are requested to provide the following information pertaining to their supply/service:

  1. Company name, address, phone number, primary points of contact(s), email address, business size (large/small), and CAGE CODE
  2. Capabilities that can meet the requirements above
  3. Typical delivery and/or installation time frames for the above requirements
  4. Any barriers that would not allow a proposal submission

3. Contracting Office Address:

Naval Surface Warfare Center

Carderock Division

9500 MacArthur Boulevard

BLDG 42, West Bethesda, MD 20817-5700

Questions may be submitted to:

Jordan Good Abeer Ameer

Contracting Specialist Branch Head

jordan.s.good@navy.mil abeer.ameer@navy.mil

301-227-3603 301-227-4047

Posted: Jan. 24, 2020, 10:57 a.m. EST
Posted: Jan. 9, 2020, 7:28 a.m. EST
Posted: Jan. 8, 2020, 10:17 a.m. EST

Overview

Response Deadline
Feb. 21, 2020, 4:00 p.m. EST (original: Jan. 31, 2020, 12:00 p.m. EST) Past Due
Posted
Jan. 8, 2020, 10:17 a.m. EST (updated: Feb. 11, 2020, 11:55 a.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Cost Plus Fixed Fee; Fixed Price;
Est. Level of Competition
Low
Odds of Award
26%
On 1/8/20 NSWC Carderock Division issued Sources Sought N00167-20-R-0007 for Virginia Class Propulsor - Most Aggressive Feature (MAF) due 2/21/20. The opportunity was issued full & open with NAICS 336611 and PSC 2010.
Primary Contact
Name
Jordan Good   Profile
Phone
(301) 227-3603

Secondary Contact

Name
Abeer J. Ameer   Profile
Phone
(301) 227-4047

Documents

Posted documents for Sources Sought N00167-20-R-0007

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N00167-20-R-0007

Contract Awards

Prime contracts awarded through Sources Sought N00167-20-R-0007

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00167-20-R-0007

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00167-20-R-0007

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA WARFARE CENTER > NSWC CARDEROCK
FPDS Organization Code
1700-N00167
Source Organization Code
100204041
Last Updated
March 7, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 7, 2020