Inactive
Notice ID:N64498-19-DA-020
SOURCES SOUGHT NOTICE FOR NAVAL SURFACE WARFARE CENTER PHILADELPHIA DIVISION (NSWCPD) SUBJECT: REPAIR AND OVERHAUL OF THE ETF408 GAS TURBINE ENGINE POWER PRODUCER GROUP (PPG). THIS SOURCES SOUGHT IS N...
SOURCES SOUGHT NOTICE FOR NAVAL SURFACE WARFARE CENTER PHILADELPHIA DIVISION (NSWCPD) SUBJECT: REPAIR AND OVERHAUL OF THE ETF408 GAS TURBINE ENGINE POWER PRODUCER GROUP (PPG). 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. REQUIREMENT: NSWCPD has the requirement to procure depot level overhaul of the US Navy ETF40B Gas Turbine Power Producer Group, national stock number (NSN) 2S 2835-01-503-0166 (P/N 0-001-110-01, 20-20020-02). It is the Government’s intention to procure these services utilizing other than full and open competition, from Vericor Power Systems LLC, 3625 Brookside Parkway, Suite 500 Alpharetta, GA 30022 in IAW FAR 6.302-1, as only Vericor meets the Government’s requirement. SOURCES SOUGHT DATE: 7 October 2019 CONTRACTING OFFICE ADDRESS: Naval Surface Warfare Center Philadelphia Division (NSWCPD) / N64498 5001 South Broad Street Philadelphia, PA 19112-5083 NAICS CODE: 811310/ $7,500,000.00 CLASSIFICATION CODE (PSC/FSC): J028 INCUMBENT: Vericor Power Systems LLC PREVIOUS STRATEGY: Sole Source -- BOA N00104-19-G-B201 TECHNICAL CODE: Code 423 ANTICIPATED AWARD DATE: 31 July 2019 RESPONSE DATE: 17 October 2019 CONTACT POINTS: Daniel Alvarez Contract Type: Firm-Fixed-Price (FFP) Indefinite-Delivery/Indefinite-Quantity (IDIQ) type Contract is anticipated. Period of Performance: The ordering period shall be sixty (60) months from date of award, with a period of performance from date of contract award through seventy-two (72) months thereafter. Engine overhauls shall be completed one-hundred eighty (180) days from date of Task Order award. Personnel Security Clearance: N/A Work Location Requirements: N/A – To be completed at contractor’s site Capability Statements: Interested companies are invited to submit capability statements, not to exceed five 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) A complete description of the offeror’s capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government’s objectives as stated in the attached SOW, (2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort, Section 3. Ability to Meet Requirements: Specific details regarding the Contractor’s ability to provide the required depot-level overhaul and repair services to meet the needs of the Government. Responses shall discuss how the Contractor’s product/service will meet the requirements found in the (1) DRAFT Statement of Work (SOW).