Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2020 SAM #6651
SOLICITATION NOTICE

J -- Submarine Propeller & Propulsor On-Site Repair

Notice Date
2/12/2020 10:04:30 AM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112 USA
 
ZIP Code
19112
 
Solicitation Number
N6449820R4021
 
Response Due
2/26/2020 9:00:00 AM
 
Archive Date
03/12/2020
 
Point of Contact
Kimberly DiBartolomeo, Phone: 2158972941
 
E-Mail Address
kimberly.dibartolome@navy.mil
(kimberly.dibartolome@navy.mil)
 
Description
The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) has a requirement to procure Submarine Propeller and Propulsor On-site repair services to be performed at various Naval shipyards and storage facilities CONUS and OCONUS to repair cracks and other defects identified during periodic inspections.� It is the Government's intention to procure these services as unrestricted utilizing other than full and open competition, from Wartsila Defense, Inc. in Chesapeake, VA and Rolls Royce Marine North America, Inc. in Pascagoula, MS in accordance with FAR 6.302-1, as only Wartsila and Rolls Royce meet the Government's requirements. �To support the on-going production configuration and product improvements, a facility would have to meet the following requirements: Qualify personnel through NAVSEA Propeller Visual Technical Inspection Course, Ducted Propulsor Inspection Course, and Dimensional Inspection Course. Qualify personnel to weld Nickel Aluminum Bronze, Inconel, and HY-80 in various positions. Qualify personnel to perform abrasive blasting operations in accordance with SSPC-C7. Qualify personnel to perform coatings spray application in accordance with SSPC-C12. Qualify personnel to operate plural component equipment in accordance with SSPC-C14. Personnel and facility security to meet the requirements of SCG ID# 05-056.4. Personnel qualified to perform Ultrasonic Testing in accordance with S9245-AR-TSM-010/PROP, S9245-AQ-TSM-010/PROP, and S9245-AZ-TSM-010. NSWCPD seeks to award a single Firm-Fixed-Price, Indefinite Quantity, Indefinite Delivery (FFP IDIQ) type Contract.� To be eligible for award, Offerors must meet the requirements indicated above.� The applicable North American Industry Classification System (NAICS) Code for this requirement is 336611, small business size Standard is 1,250.� The Product Service Code (PSC) for this effort is J030. Al offerors shall be registered in the System for Award Management (SAM) database.� For further information and instructions, please visit www.sam.gov. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. It is anticipated that the Request for Proposal (RFP) (along with any amendments) will be posted to https://beta.SAM.gov in March of 2020 and will close approximately 30 days thereafter.� All interested parties may download the solicitation and any amendments through https://beta.SAM.gov.� No CDs or hard copies will be provided.� Offerors shall be required to submit both price and technical proposals. Be advised that periodic access to the websites listed above is essential for obtaining updated documentation and information regarding subject procurement. All questions and comments will be entered after release of the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5a4cbd8a9247479799a01091678abd36/view)
 
Record
SN05560415-F 20200214/200212230152 (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 |
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.