Inactive
Notice ID:N6449819RXX02
The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is seeking support services related to engineering/technical, logistics, training, administrative and program management focus areas, in...
The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is seeking support services related to engineering/technical, logistics, training, administrative and program management focus areas, in support of NSWCPD In-service Engineering Agent (ISEA) and Lifecycle Management (LCM). To ensure Fleet needs are met now, and for the next five years, NSWCPD intends to leverage off the contractor's unique knowledge, experience and expertise, and access to technical information related to the engine lines listed below. Within the scope of this contract, the contractor shall provide all labor, supplies, services, materials, expertise, information, special tools, procedures and facilities necessary to support NSWCPD's mission as LCM and ISEA for US Navy Diesel Engines, specifically the Isotta Fraschini Motori (IFM) V1708T2ME and IFM V1708C2ME8 diesel engine models on Littoral Combat Ship Class vessels, IFM V1312 models on Expeditionary Fast Transport (EPF) Class vessels, and IFM ID36S6VAM models on the Avenger-class Mine Countermeasures (MCM) Class vessels. LCS Diagnostic Toolkits as well. NSWCPD does not possess the requisite tooling, machinery and testing facilities required to perform this service. The Original Equipment Manufacturers (OEMs) design, construct, install, service, support will be needed to provide repair and replacement parts for the engines under the OEMs purview listed below. Diesel Engine Original Equipment Manufacturers (OEMs) design, construct, install, service, support and provide repair and replacement parts for the engines under their purview. They possess certain unique knowledge, experience and expertise, and access to technical information that is not available elsewhere. The North American Industry Classification System (NAICS) Code is 541330. Interested businesses are invited to respond to this source sought announcement by providing the following limited to three (3) pages: 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 423860as of 15 March 2019, and the date their firm was started. 2) Prior/current corporate (Past Performance) experience performing efforts with the same requirement 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. Please include your firm's capability to make these blanks in various sizes. Proprietary data will be protected when so designated. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. This is NOT a request for proposal (RFP), invitation for bid (IFB), or an announcement of a solicitation as no solicitation package exists at this time. The request is for informational purposes only. No cost data should be submitted. The Government will not pay for any materials provided in response to this Sources Sought notice or any follow-up information requests. Submittals will not be returned to the sender. NSWCPD will utilize the information for technical and acquisition planning purposes.