Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2024 SAM #8353
SOURCES SOUGHT

48 -- Procurement of 2 Hydraulic Manifold Assemblies

Notice Date
10/8/2024 11:09:13 AM
 
Notice Type
Sources Sought
 
NAICS
332912 — Fluid Power Valve and Hose Fitting Manufacturing
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
 
ZIP Code
19112-1403
 
Solicitation Number
N64498-25-RFI-0241-452
 
Response Due
10/23/2024 12:00:00 PM
 
Archive Date
11/07/2024
 
Point of Contact
Chelsea Hovern, Anthony Ricciardi, Phone: 4452270100
 
E-Mail Address
Chelsea.j.hovern.civ@us.navy.mil, anthony.v.ricciardi2.civ@us.navy.mil
(Chelsea.j.hovern.civ@us.navy.mil, anthony.v.ricciardi2.civ@us.navy.mil)
 
Description
SOURCES SOUGHT NOTICE FOR NAVAL SURFACE WARFARE CENTER PHILADELPHIA DIVISION (NSWCPD) SUBJECT:� NSWCPD intends to procure (2) hydraulic manifold assemblies including their valves. This procurement is for a set of hydraulic manifold assemblies and associate directional control valves and servo valve for use with U.S. Navy Submarine hydraulics systems. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool being used to determine potential and eligible firms capable of providing the supplies/services described herein prior to determining the method of acquisition. SOURCES SOUGHT DATE: - 08 October 2024 CONTRACTING OFFICE ADDRESS: N64498 NAICS CODE: 332912 CLASSIFICATION CODE (PSC/FSC): 4810 INCUBMENT: N6449823C4003 - Sargent Aerospace PREVIOUS STRATEGY: Sole Sourced TECHNICAL CODE:� Code 452 ANTICIPATED AWARD DATE:� Q4 FY25 RESPONSE DATE: 23 October 2024 ANTICIPATED SET-ASIDE:� None CONTACT POINTS:� Chelsea Hovern Contract Type � A Firm- Fixed Price (FFP) order is anticipated. Period of Performance � The performance period will span 1 year (12 months) from the date of award. Work Location Requirements �100% of performance on this contract will be completed at the Contractor site Scope � The planned acquisition will provide for the procurement of a maximum of two (2) submarine hydraulic manifold installation assemblies.� Acceptance tests will be required to be provided for each respective unit.� These specific assemblies have been explicitly designed, tested, and qualified for use onboard U.S. Navy submarines. See table below for a summary of the items we will procure: ITEM NAME/ PART NUMBER �/QUANITIY -Door & Cable Cutter Manifold Assembly /20227-400/ 2 -Variable Restrictor Valve/20230-001/2 -Cable Cutter Valve/20232-002/2 -Motor Selector Valve/20243-002/3 -Manual Control Valve/20967-001/2 -Brake Valve Assembly/23112-001 -Door Selector Valve/23145-001/2 -Door Control Valve/23146-001/2 -Winch & Brake Manifold Assembly/23408-400-1/2 -Isolation Ball Valve/23408-401-1/4 -Servo Valve/52120-001/2 Capability Statements: Interested businesses are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, demonstrating their ability to fulfill this requirement.� Capability Statements must address, at a minimum the following: Section 1: Introduction.� Identify the Sources Sought Number and Title Section 2: Corporate Description.� Name of Company and address Ownership, including whether:� Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB) Points of contact, including: Name, title, phone, and e-mail address CAGE Code and DUNS Number �(1) Discussion of how your products will meet the requirements found in the attached Statement of Work (SOW). Attachment (1) DRAFT SOW Note:� The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited.� All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence. Note: No telephone responses will be accepted.� No contractor response received after the advertised due date and time will be accepted.� No exceptions to this receipt deadline will be granted under any circumstances.� Questions or comments must be via email.� Responses must be received no later than 3:00pm EST on 23 October 2024 by e-mail to Chelsea.j.hovern.civ@us.navy.mil. The 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 proprietary legend received in response to this RFI to any firms, agencies, or individuals outside of 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
SAM.gov Permalink
(https://sam.gov/opp/23e545ad9e414e96931455f136d2b218/view)
 
Record
SN07236449-F 20241010/241008230114 (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.