Inactive
Notice ID:N64498-19-R-4028
THIS PRE-SOLICITATION/INTENT TO GO SOLE SOURCE is being issued by the Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD). NSWCPD has a requirement to procure six (6) ...
THIS PRE-SOLICITATION/INTENT TO GO SOLE SOURCE is being issued by the Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD). NSWCPD has a requirement to procure six (6) Advanced Carbon Dioxide (CO2) Removal Unit (ACRU) Self-Assembled Monolayers on Mesoporous Supports (SAMMS) sorbent canisters, Super Radiator Coil part number VA1014588 Revision 6. Government options of six (6) additional units will be included to address potential future need for spares, test articles, or replacement canisters in the event of damage or loss. The SAMMS® sorbent canisters contain the active CO2 sorbent within the ACRU and provide the necessary vehicle for desorption heat transfer and airflow routing. One ACRU contains two beds comprised of three canisters each for a total of six sorbent canisters. IAW FAR 6.302-1, it is the Government's intention to enter into negotiations, on a sole source basis, with Super Radiator Coils (SRC) Limited Partnership, 451 Southlake Blvd, Richmond, VA 23236-3044 to procure these canisters on a Firm Fixed Price (FFP) basis as only Super Radiator Coils Limited Partnership meets these requirements. The sorbent canister design was updated as part of a separate ACRU design and qualification effort under contract N64498-16-C-5004, awarded to Hamilton Sundstrand (HSC). Prior to that contract, HSC and their subcontractor, SRC, developed the existing prototype ACRU and initial canister design for Virginia Class under a competitively awarded contract, N65540-11-C-0015. The original prototype competitive source selection determined the current source, HSC, to be the most technically suitable to engineer and design the ACRU. The HSC competitively procured prototype ACRU is now the baseline CO2 removal system for Columbia Class submarines. This baseline considers the performance on the existing prototype, a risk assessment of the existing machine's ability to achieve the required performance for the Columbia Class submarine, and the configuration of the prototype integrating with the ongoing Columbia Class submarine design effort. HSC has used SRC as their sole sub-vendor for all sorbent canister design and manufacturing efforts to this point. SRC is the only available vendor capable of manufacturing beds to ACRU specifications. The only drawings available to the Government for canister production are interface control documents and general assembly drawings. These do not include engineering drawings to the level of detail required for an alternate source to reproduce the current design. Detailed, production-level drawings are proprietary to SRC. Without this technical data, there is no way to competitively procure SAMMS® sorbent canisters. The canisters have already been tested at the NSWCPD Life Support Research, Development, Testing and Evaluation Facility in the full scale ACRU and at HSC's facility as a part of ACRU qualification testing. The canisters are an integral subcomponent of the ACRU and significantly impact the operation and performance of the unit. A departure from the current SRC canister design would require an extensive process to redesign and requalify the canisters and ACRU as a whole. The Government, therefore, intends to solicit and negotiate this requirement under the authority of 10 USC 2304(c)(1), FAR 6.302-1. A Firm Fixed Price contract is anticipated. The applicable NAICS Code for this requirement is 333413. This notice of intent is not a request for competitive proposals; however, any and all responses must be received within 15 days of this synopsis notice. SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide the required Advanced Carbon Dioxide (CO2) Removal Unit (ACRU) Self-Assembled Monolayers on Mesoporous Supports (SAMMS®) sorbent canisters to meet the needs of the Government. Responses shall discuss how your product/service will meet the requirements. Responses are not to exceed 10 pages. Responses shall be in electronic format. A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contract (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. NSWCPD will accept only electronic unclassified submission of responses. Responses shall be sent to Mr. Michael R. Sommeling at michael.r.sommmeling2@navy.mil with the subject line "RFI- ACRU Sorbent Canisters." A determination by the Government not to compete this proposed action based upon responses to this Notice is solely within the discretion of the Government. Information received will normally be considered solely for the purposes of determining whether to conduct a competitive procurement. Government WILL NOT PAY for any information received in response to this notice, and the Government will not compensate the respondent for any cost incurred in developing the response to this notice. The Government will not release any information marked with a proprietary legend received in response to this notice 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. For questions regarding this announcement, please contact Michael Sommeling at michael.r.sommeliong2@navy.mil.