Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOURCES SOUGHT

59 -- Fabrication, inspection, testing, and delivery of up to ten (10) Electronic Throttle Control Units (ETCU) and its Line Replaceable Unit (LRU) spare component

Notice Date
5/19/2022 7:36:13 AM
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
 
ZIP Code
19112-1403
 
Solicitation Number
N64498-RFI-0231-1
 
Response Due
5/23/2022 10:30:00 AM
 
Point of Contact
Francis J. Brady, Phone: 2158977821, Michael R. Sommeling, Phone: 2158971226
 
E-Mail Address
francis.j.brady@navy.mil, michael.r.sommeling2@navy.mil
(francis.j.brady@navy.mil, michael.r.sommeling2@navy.mil)
 
Description
Scope � The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking sources to provide all aspects of the production, fabrication, assembly, inspection, testing, and delivery processes of up to ten (10) Electronic Throttle Control Units (ETCU) and its Line Replaceable Unit spare component (known as the Sled Assembly). The ETCU is a subcomponent of the Generation 2 Propulsion System Test Device (Gen 2 PSTD), a propulsion train monitoring and test device installed on Virginia (SSN 774) class submarines, and is comprised of the following Line Replaceable Units (LRU): a switch assembly; a capacitor assembly; a power supply assembly; and a sled assembly. All aspects of the production, fabrication, and/or assembly, as well as, inspection, testing and delivery processes will be required. This includes the following: material purchasing, electrical and mechanical fabrication, fabrication testing and assembly, facilities, electrical and mechanical tooling, quality control, quality assurance, incoming inspections in-process inspections, final inspections, component testing, and system testing. Testing will also include: first article inspection (FAI), testing of the fabricated products, environmental stress screening (ESS) and acceptance testing. Incumbent � These units are currently being manufactured and delivered to the NAVY by Raytheon via Contract N64498-19-D-4016. Contract Type � An Indefinite-Delivery, Indefinite-Quantity (IDIQ) Firm-Fixed Price (FFP) contract is anticipated. Period of Performance � The performance period is expected to span up to five (5) years. �� Set-Aside/Additional Sources � This sources sought is being issued for the purpose of identifying additional large businesses and small businesses with the required expertise that might be interested in responding to a formal solicitation. The North American Industry Classification System (NAICS) Code is 334419. Any interested sources are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, describing their ability to fulfill this requirement. �Capability Statements ought to include the following:� (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 NAICS code 334419 as of 01 May 2022 and the date their firm was started. (2) Prior/current corporate experience and/or experience performing efforts of similar size and scope and/or the manufacturing/production of similar items 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. Proprietary data will be protected when so designated. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. Note: THIS SOURCES SOUGHT REQUEST IS NOT A REQUEST FOR A PROPOSAL OR ANNOUNCEMENT OF A SOLICITATION.� 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 the sources sought marked or designated as corporate proprietary information will be fully protected and held in strict confidence. Responses:� Responses to this Sources Sought notice are due no later than close of business on 23 May 2022. Unclassified responses shall be submitted via e-mail to Michael Sommeling at michael.r.sommeling2@navy.mil. Verbal questions will not be accepted.� Accordingly, questions shall not contain any classified information.� The Government does not guarantee that questions submitted after 20 May 2022 will be answered.��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/73df3afc77dc4c5ea739fc5e13b3961c/view)
 
Record
SN06333291-F 20220521/220519230105 (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  © 1994-2020, Loren Data Corp.