Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 30, 2023 SAM #7793
SPECIAL NOTICE

34 -- REQUEST FOR INFORMATION � MACHINE SHOP AND FABRICATION

Notice Date
3/28/2023 10:53:39 AM
 
Notice Type
Special Notice
 
NAICS
332710 — Machine Shops
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016423SNB60
 
Response Due
4/14/2023 1:00:00 PM
 
Point of Contact
Robert Bland, Thomas Kpabar, Phone: 812-854-5692
 
E-Mail Address
ROBERT.R.BLAND6.CIV@US.NAVY.MIL, thomas.k.kpabar.civ@us.navy.mil
(ROBERT.R.BLAND6.CIV@US.NAVY.MIL, thomas.k.kpabar.civ@us.navy.mil)
 
Description
N0016423SNB60 � REQUEST FOR INFORMATION � MACHINE SHOP AND FABRICATION � FSC 3408 � NAICS 332710 Issue Date 28 March 2023 � Closing Date 14 April 2023 SECTION 1.0:� SYNOPSIS This is a Request for Information (RFI) issued by the Department of the Navy, Naval Surface Warfare Center, Crane Division (NSWC CR). The Government is conducting market research seeking industry inputs and interest for the production of machine shop and fabrication supplies. An anticipated upcoming requirement for an annual delivery of between 1,700 and 2,700 machined and fabricated supplies (i.e., end-items), where nearly 70% of the end-items are rubber washers and flange bolts with 2.5 inches maximum geometric feature dimensions. It is anticipated quantities will vary with each Delivery Order placed against an anticipated Multiple Award Contract (MAC). A draft Statement of Work (SOW) is attached for review. SECTION 2.0:� GENERAL INFORMATION This RFI is for planning purposes only and is issued solely for conducting market research in accordance with FAR Part 10. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice.� This does NOT constitute a solicitation such as a Request for Proposal (RFP) or a Request for Quote (RFQ). The Government is NOT seeking or accepting unsolicited proposals. This notice shall not be construed as a contract, a promise to contract, or a commitment of any kind by the Government. Specific responses will not disqualify or have an impact on participation and evaluation on the anticipated future solicitation. Not responding to this RFI does not preclude participation in any future solicitation. If a solicitation is issued in the future, it will be announced via SAM.gov and interested parties must comply with that announcement. It is the responsibility of interested parties to monitor SAM.gov for additional information pertaining to this requirement. Contractors must be properly registered in SAM.gov.� Contactors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. Contractors must be properly registered in the Joint Certification Program (JCP) in order to receive controlled attachments that are anticipated to be attached to the anticipated future solicitation. Contractors may obtain information on JCP via the Internet at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.� The anticipated controlled attachments will be posted to SAM.gov at the same time the solicitation is posted. There are no controlled attachments to this RFI. SECTION 3.0:� REQUIREMENT OVERVIEW With this machine shop and fabrication requirement, each end-item may be comprised of upwards of 122 to 646 piece parts. Moreover, end-item geometric features include, but are not limited to, cylinders, tubes, and plates, all with feature sizes ranging between 0.025 inches to 16 feet. Among the aforementioned end-items are assemblies having: a volume on the order of 485 cubic-feet, an approximately 16 foot geometric feature length with possible transportation to facilities located on the East or West Coast of the continental United States. Material required for fabrication of the subject end-items include, and are not limited to, those defined by ASTM B209, ASTM A213/A269, ASTM B221, and suppliers. Required processes may include threading, achieving specified surface roughness average, chamfering, and producing parts with fillets. Minimum piece part geometric feature dimensions may be on the order of 0.01 inches, and feature tolerances for features under six (6) inches in length could be �0.01 for two (2) places and +0.001 -0.000 for three (3) places. Likewise, contractors may assume similar requirements for larger geometric features sizes.� Moreover, chamfers, angles, and holes depth may have feature tolerances such as �0.020 inches x 45�, � 0.5�, and +0.010 � 0.000 respectively. Geometric tolerance characteristics may include, among others, straightness, flatness, perpendicularity, parallelism, concentricity, position, and total runout, on the order of 0.0005/inch, 0.0005/inch, 0.001 inch Maximum Material Condition (MMC), 0.001 inch, 0.002 inch/ 0.010 MMC Material Boundary, 0.014 inches MMC, and 0.002 inch respectively.� The contractor must have the capability to produce to requirements captured in both two (2) and three (3) dimensional data formats, including computer models and paper drawings.� Additionally, contractors may be solicited at the order level to complete the following manufacturing task as directed by and according to identified specifications: interpret drawings and dimensions and tolerances, produce conforming welds, drill holes and plug holes and inserts prior to coating, remove burrs and break sharp edges, heat treat, anodize, passivate, conversion coat, powder coat, mask surfaces, paint, ensure dimensional limits apply after finish, apply primer when installing hardware, assemble parts using commercial off-the-shelf hardware, achieve required torque, accomplish quality workmanship standards, bag, tag, stencil, and mark on various surfaces. Where allowed, the contractor must request the procuring activity�s approval to utilize form, fit, and functional equivalent parts. Lastly, following production, contractors may be asked to perform test procedures, including multiple-ton static load testing, to demonstrate machined and fabricated parts� resistance to deformation or damage. SECTION 4.0 SUBMISSION OF RESPONSES Response to this RFI should be submitted by 14 April 2023 1600 EST via email to Mr. Thomas Kpabar, thomas.k.kpabar.civ@us.navy.mil.� SECTION 4.1 RESPONSE CONTENT Contractor companies responding to this RFI should provide a response not to exceed ten (10) pages. A detailed proposal is not requested nor required. Responses should indicate sufficient detail for assessment of contractor�s ability to meet the requirement. Submissions should be organized as follows:� �1) Cover Sheet to include RFI number, company�s legal name and address, CAGE Code, and technical point of contact; 2) Table of Contents to include a list of figures and tables with page numbers; 3) Technical Response to include ability to provide a sample, specific comments or concerns by SOW paragraph number, lead times, etc; 4) List of abbreviations and acronyms; and 5) Business Assertion such as size and/or classification. Contractor respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their responses.� The Government will not be liable, or suffer any consequential damages, for any proprietary information not properly marked and clearly identified.� Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. SECTION 4.2 CLASSIFICATION All materials submitted in response to this RFI should be UNCLASSIFIED. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact Mr. Thomas Kpabar, thomas.k.kpabar.civ@us.navy.mil or at (812) 854-5692. SECTION 4.3: FORMATTING NSWC Crane will accept ONLY electronic unclassified submission of responses. Respondents to this RFI must adhere to the following details:� 1) Submissions shall be typed or printed with type no smaller than 10-point font; 2) Page size should be 8 1/2 x 11 inches with a minimum of 1 inch margins around the page; 3) Text contained within tables, graphs, etc. should be no smaller than 8-point font; and 4) Pages, documents, and/or files should be Microsoft Office 2010 and/or Adobe compatible. Submitted electronic files should not be compressed.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bb7aad8b3ba54ddf93bbc7d1e954c6e4/view)
 
Record
SN06632011-F 20230330/230328230107 (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.