SOURCES SOUGHT
20 -- Sources Sought Announcement for Submarine Secondary Propulsion Azimuthal Thruster.
- Notice Date
- 5/15/2012
- Notice Type
- Sources Sought
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC 20376-2050
- ZIP Code
- 20376-2050
- Solicitation Number
- N0002412R6243
- Response Due
- 8/15/2012
- Archive Date
- 8/15/2012
- Point of Contact
- (Primary) Allan Fong, SEA073R, allan.fong@navy.mil, 202-781-1314
- E-Mail Address
-
dary)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. THIS SOURCES SOUGHT SYNOPSIS IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. The Naval Sea Systems Command (NAVSEA) PEO SUB seeks information as to potential qualified commercial sources with specific experience and expertise to provide a Non-Development Item (NDI) Submarine Secondary Propulsion Azimuthal Thruster which does not protrude below the hull (flush with the hull) and would provide on demand thrust. The secondary propulsion thruster design will be applicable to the current VIRGINIA class submarine with the potential for implementation on future blocks. The secondary propulsion system functions include providing secondary propulsion due to main propulsion failure, providing additional control during mooring and navigation of narrow waterways, and providing virtual rudder control when turning to reduce effective turning radius. This is a replacement system and therefore would also need to meet or exceed the requirements of the current shipboard secondary propulsion system. The secondary propulsion system design is required to meet extreme environmental conditions (pressure and immersion in sea water), be resilient to corrosion and bio-fouling, support integration of new capabilities over the lifetime of the system, modular, and allow for easy installation. The secondary propulsion must be pier-side serviceable. The Contractor will be required to identify to the Government all Commercial-Off-The-Shelf (COTS)/NDI components, their functionality, and provide copies of license agreements related to the use of these components. Responsible sources should: 1) Demonstrate proven experience in integrating, fielding, and supporting propulsion systems. 2) Provide data for the NDI specifically related to: a) Availability b) Reliability c) Maintainability d) Modularity e) Number of units currently in production and/or fielded. Interested sources are required to provide unclassified company literature and/or provide a capability summary not to exceed 30 pages in length describing their relevant corporate experience in providing similar functions as described above. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name; Address; Point of Contact; Phone Number; E-mail address; and Level of Facility clearance. All information submitted in response to this synopsis shall be received on or before 14 August 2012. Submit information by mail and/or e-mail to Commander, Naval Sea Systems Command, SEA073R, 614 Sicard St. SE. Bldg 201, Washington Navy Yard, DC 20376-7026, Attn: Allan Fong, SEA073R, allan.fong@navy.mil. No telephone inquiries will be accepted. The Government may not respond to any specific questions or comments submitted in response to these sources sought synopsis or information provided as a result of this sources sought synopsis. Any information submitted by respondents as a result of this sources sought synopsis is strictly voluntary. This sources sought synopsis is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. All documentation shall become property of the Government. The Government is not soliciting, nor will it accept proposals as a result of this sources sought synopsis. This sources sought synopsis is a market research tool being used to determine the existence of qualified experienced sources. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. If a solicitation is issued, it will be announced later via FedBizopps and all interested parties must respond to that solicitation announcement separately from the response to this sources sought synopsis. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS SOURCES SOUGHT SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002412R6243/listing.html)
- Record
- SN02749000-W 20120517/120516000637-857c1ada8361335ca89d94a9a1d04258 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |