SOLICITATION NOTICE
31 -- Air Turbine Pump Bearing Cartridge Fabrication and Repair - Presolicitation Drawing - Presolicitation Drawing - Presolicitation Drawing - Presolicitation Drawing - Presolicitation Drawing - Presolicitation Drawing - Presolicitation Drawing
- Notice Date
- 2/15/2018
- Notice Type
- Presolicitation
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-18-Q-0132
- Point of Contact
- Paul Lee,
- E-Mail Address
-
paul.lee3@navy.mil
(paul.lee3@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a synopsis for non-commercial items posted in accordance with FAR Part 15. Incorporated provisions and clauses will be those in effect through the most current Federal Acquisition Circular at time of solicitation release. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a five (5) year Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract with Firm Fixed Price (FFP) provisions for the fabrication of Aft, Forward, and Radial Bearing Assemblies in accordance with Distribution "D" drawings: 6407170, 6407172, 6407173, 6407176, 6407177, 6407178, 6407179, attached hereto. This contract will also contain options to repair Aft Bearing Assemblies. NUWCDIVNPT requires fabrication and repair of Air Turbine Pump (ATP) Bearing Cartridge (BC) components that are critical internal subassemblies to the ATP and contain multiple bearing components. The material covered in this contract will be used in a crucial shipboard system. The use of incorrect or defective material will create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as Special Emphasis SUBSAFE / Non-Level I material and special control procedures are invoked to ensure receipt of correct material. The contractor shall provide the necessary material, services, and documentation to fabricate new or repair existing bearing assemblies and components, along with inspecting the components. The hardware shall be manufactured in strict accordance with the Statement of Work (SOW) as well as referenced drawings and documents (note that the drawings are provided with this notice and all other information will be released with the solicitation). This procurement will be solicited as a 100% small business set aside under North American Industrial Classification System (NAICS) Code 332510 as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The small business size standard is 750 employees. The Government intends to award to the eligible, responsible offeror whose offer represents the best value, considering price, past performance, and technical factors. The specific evaluation criteria will be outlined in the solicitation. All timely offers will be considered. Offerors must be registered in System for Award Management (SAM)(https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Additionally, the successful offeror shall provide a Unique Item Identifier (UID) for any delivered items in which the unit cost is $5,000.00 or more in accordance with DFARS Clause 252.211-7003. The anticipated release date of solicitation N66604-18-Q-0132 is on, or about, 15 April 2018. The closing date for receipt of proposals will be established in the solicitation. This notice of intent is not a request for competitive proposals. The solicitation and any subsequent amendments will be posted to the FEDBIZOPPS.gov website. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for monitoring the site for any amendments. Additional details will be released upon issuance of RFQ No. N66604-18-Q-0132. For questions regarding this acquisition, contact Paul Lee at paul.lee3@navy.mil. Note: The technical specification drawings associated with this requirement are labeled Distribution D which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the technical specification drawings. Please visit http://www.dlis.dls.mil/jcp for further details on the program and registration. To obtain a copy of the technical specification drawings your account in FBO needs to reflect your JCP certification. The technical specification drawing package is uploaded to the site as an attachment with limited access by JCP certified companies only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-0132 /listing.html)
- Record
- SN04824966-W 20180217/180215231921-809b6ad8eecddc9ec3957445849bab84 (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 |