Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2018 FBO #5936
SOURCES SOUGHT

K -- Low Speed, High Torque Hydraulic Motor - Enclosure (1)

Notice Date
2/21/2018
 
Notice Type
Sources Sought
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Philadelphia Division, 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112-1403, United States
 
ZIP Code
19112-1403
 
Solicitation Number
N6449818R4019
 
Archive Date
2/21/2019
 
Point of Contact
Byron J. Roth, Phone: 2158971121
 
E-Mail Address
byron.roth@navy.mil
(byron.roth@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Enclosure (1) Notice Type: Sources Sought REQUEST FOR INFORMATION (RFI) N6449818R4019 The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is seeking qualified sources that can procure and test one (1) low speed, high torque hydraulic motor, with the option of purchasing additional units if the first article motor meets the Government's requirements. The procurement is anticipated to be a c Firm-Fixed-Price (FFP) / Indefinite delivery, indefinite quantity (IDIQ) contract with a five (5) year ordering period. The North American Industry Classification System (NAICS) Code is 333996, Small Business Size Standard is 1,250. It is the Government's intention to procure and test this motor, utilizing other than full and open competition, from MacTaggart Scott & Co. Ltd. IAW FAR 6.302-1, as only MacTaggart Scott's products meets the Government's requirement. In order to ensure compatibility and conformity with existing Government Furnished Information to the ship builder (General Dynamics Electric Boat) as well as reduce risk of not meeting the Government's requirement there is a need to procure this equipment from MacTaggart Scott. Therefore, MacTaggart Scott is currently the only responsible source for this procurement and no other type of supplies or services will satisfy the Navy's requirements. NSWCPD intends to issue a solicitation to MacTaggart Scott to meet mission requirements. Prior to issuing a sole source solicitation, NSWCPD is requesting information in order to make an informed determination regarding procurement strategy. A copy of the hydraulic motor requirements is attached as Enclosure (1). SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide and test one (1) low speed, high torque hydraulic motor that meets the needs of the Government. Response shall discuss how your product and test capabilities can meet the requirements found in Enclosure (1). Responses are not to exceed Ten (10) pages. Responses shall be in electronic format. A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contract (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. Interested businesses are invited to respond to this source sought announcement by providing the following limited to ten (10) pages: 1) Statement providing the Company Name, Company Address, Cage Code, points of contact including name, phone number, fax number, and email address. The respondents must also provide a confirmation of current large or small business status under identified NAICS code 333996 as of 21 February 2018, and the date their firm was started. 2) Prior/current corporate (Past Performance) experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, hours/dollars incurred to date, Government point of contact with current telephone number and email address, and a brief description of how the referenced contract relates to the services described herein. 3) A statement as to the existence of the offeror's DCAA-approved accounting system for cost-type contracts or evidence of the ability to obtain DCAA approval by the proposal due date. 4) Any potential subcontract/consultant arrangements being considered. If subcontracting is contemplated, the capability statement shall contain sufficient information concerning the planned subcontracting/consulting arrangements to assure the Government that the limitations of FAR 52.219-14, Limitations of Subcontracting, can be met. 5) Technical details of company designed motors that meet or exceed the requirements in Enclosure (1). Details of multiple motor designs within the vendor catalog of products may be used to satisfy the full requirements. It is expected that available motors would not meet the full dimensional requirements in Enclosure (1). Companies should include information on similar sized motors and a very brief description on how they could be adapted to meet requirements. 6) Testing capabilities to verify each of the requirements in Enclosure (1) with the exception of Requirement (31). Any test certifications of available motors should be included. Motor testing will be accomplished on site at the vendor's facility with Government oversight. In some cases the Government may collect its own data; this data will not be shared with the vendor. NSWCPD will accept only electronic unclassified submission of responses. Responses shall be sent to Michael Pieri at michael.pieri@navy.mil and Byron J. Roth at byron.roth@navy.mil with the subject line "RFI - Hydraulic Motor". All responses shall be unclassified and submitted by no later than 5:00PM on 05 March 2018. Proprietary data will be protected when so designated. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. This RFI is for market research purposes only and does NOT constitute a Request for Proposal (RFP). This is NOT a request for proposal (RFP), invitation for bid (IFB), or an announcement of a solicitation as no solicitation package exists at this time. The request is for informational purposes only. No cost data should be submitted. The Government will not pay for any materials provided in response to this Sources Sought notice or any follow-up information requests. Submittals will not be returned to the sender. NSWCPD will utilize the information for technical and acquisition planning purposes. 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 RFI 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 in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. The Government will not release any information marked with a proprietary legend received in response to this RFI 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
FBO.gov Permalink
(https://www.fbo.gov/notices/330b91ba533713bd3c1513684726d8bf)
 
Record
SN04829748-W 20180223/180221231423-330b91ba533713bd3c1513684726d8bf (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.