SOURCES SOUGHT
30 -- 5 year IDIQ All level 1 and SUBSAFE Material.
- Notice Date
- 3/20/2025 5:52:05 AM
- Notice Type
- Sources Sought
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
- ZIP Code
- 19112-1403
- Solicitation Number
- N6449825R0503
- Response Due
- 4/3/2025 9:00:00 PM
- Archive Date
- 04/18/2025
- Point of Contact
- JOHN LAMOTTA, DAVID TORRES
- E-Mail Address
-
david.torres22.civ@us.navy.mil, david.torres22.civ@us.navy.mil
(david.torres22.civ@us.navy.mil, david.torres22.civ@us.navy.mil)
- Awardee
- null 19112-1403
- Description
- NSWCPD intends to award a 5 year IDIQ for the procurement of CLB Drum Shafts, push rods, cable cutters, and other associated installation hardware. All level 1 and SUBSAFE. Background: The AN/BRR-6 Towed Communication system is a towed buoy array installed and operated on SSBN class submarines. The system consists of a towed buoy radio receiving set, buoy nest and cradle, a cable cutter assembly, and associated reeling machine. Within the cable cutter assembly, a cylindrical pushrod connects an inboard, linear hydraulic cylinder to the external blade mechanism. This pushrod is secured to the cylinder actuator by a socket head cap screw, nut, and associated washers, all within the SUBSAFE boundary. In addition, a blade base is secured to the opposite end of the pushrod by a pin, also within the SUBSAFE boundary. These items associated with the cable cutter will be manufactured under this contract. The reeling machine assembly consists of a hydraulic motor, keyed to a rotating drum which mechanically deploys and stows the towed buoy cable assembly. This drum is keyed to the hydraulic motor via a LEVEL I hull-penetrating shaft. The shaft is secured in place by an inboard retention nut, which is within the SUBSAFE boundary. These two items associated with the reeling machine shall be manufactured under this contract. Summary of Scope: The contractor shall fabricate, conduct certification testing, and deliver material components for the Cable Cutter and Reeling Machine Assembly. All material components are LEVEL I Material and/or Material to be installed in a SUBSAFE Boundary. Pre-requisites - Contractor shall confirm they have the following: Contractor shall have a NAVSEA approved Quality Management System (QMS) Contractor shall be ISO 9001 certified. Contractor shall have experience with Class M-1, Category A welding in accordance with 9074-AR-GIB-010/27. Contractor shall be capable of performing Radiological Testing (RT) Contractor shall provide experience machining super alloys (Inconel 625) SUBMISSION OF RESPONSES: Respondents shall provide capability statements with specific information regarding their ability to provide the required services to meet the NSWCPD's needs as detailed in the attached draft statement of work. Responding statements are not to exceed ten (10) pages in length. Responses shall be in electronic format (Microsoft Word or PDF preferred). A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for North American Industry Classification System (NAICS) code. This RFI is for market research purposes only and does NOT constitute a Request for Proposal. 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
-
SAM.gov Permalink
(https://sam.gov/opp/393cd5e366f84f998aaf3805da02ce68/view)
- Place of Performance
- Address: 5001 S. Broad Street, Philadelphia, PA 19112, USA
- Zip Code: 19112
- Country: USA
- Zip Code: 19112
- Record
- SN07380262-F 20250322/250320230054 (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 |