Inactive
Notice ID:N64498-19-RFI-4036
REQUEST FOR INFORMATION (RFI) NSWCPD - PHS Hydraulic Manifold - Request for Information THIS REQUEST FOR INFORMATION (RFI) NOTICE is being issued by the Department of the Navy, Naval Surface Warfare C...
REQUEST FOR INFORMATION (RFI) NSWCPD - PHS Hydraulic Manifold - Request for Information THIS REQUEST FOR INFORMATION (RFI) NOTICE is being issued by the Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD). NSWCPD has a requirement to procure engineering and logistical services required to design and validate, through analysis, a hydraulic manifold that is qualified for installation onboard U.S. Naval Submarines utilizing other than full and open competition, from Sargent Aerospace and Defense, IAW FAR 6.302-1, as only Sargent Aerospace and Defense meets the Government's requirements. Sargent Aerospace and Defense is the single source supplier of hydraulic control valves and associated hardware for OHIO, SEA WOLF and VIRGINIA Class submarines. Sargent is the only supplier of hydraulic control valves qualified for installation on U.S. submarines. The manifold fabrication effort will consist of existing hydraulic control valve designs. The use of existing qualified component designs is required as the design is proprietary to Sargent Aerospace and Defense. Alternative designs will not be compatible as the drawings, test procedures, integrated logistics support (ILS) data and qualification have been attained by Sargent. Reuse of existing OHIO, SEA WOLF and VIRGINIA Class hardware meets the needs of this effort and will greatly overall/lifecycle cost due to commonality / compatibility of designs and parts across the classes. NSWCPD intends to issue a solicitation to the specified vendor to meet mission requirements. Prior to issuing a solicitation, NSWCPD is requesting information in order to make an informed determination regarding procurement strategy. A copy of the DRAFT Statement of Work (SOW) is attached. SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide the required completed drawing assemblies, installation plan, design concepts, prototype hardware and shock hardware to meet the needs of the Government. There is also an option for qualification testing and test reports that satisfy the Ohio Replacement Platform (ORP). Responses shall discuss how your product/service will meet the requirements found in the SOW. 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 Kevin O'Shaughnessy at Kevin.Oshaughnessy1@navy.mil with the subject line "N64498-19-RFI-4036" All responses shall be unclassified and submitted by no later than 4:00PM on 01 February 2018. This RFI is for market research purposes only and does NOT constitute a Request for Proposal (RFP). 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.