BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Philadelphia, Pennsylvania. Contact the soliciting agency for additional information.

SOURCES SOUGHT NOTICE FOR NAVAL SURFACE WARFARE CENTER PHILADELPHIA DIVISION (NSWCPD) SUBJECT: Naval Surface Warfare Center Philadelphia Division (NSWCPD) Code 425 is responsible for surface ship (non-nuclear) combustion air systems in-service/life cycle engineering, small gas turbine engine systems in-service/life cycle engineering, combustion air and gas turbine engine systems field service support, surface ship (non-nuclear) machinery systems arrangements design and integration, afloat workshop arrangements design and integration, new acquisition program systems engineering management and design support, new acquisition gas turbine engineering and integration support, propulsion systems new technology insertion, and executing the Navy's Risk Management Framework (RMF) process for all associated cyber systems. They are seeking information on how an interested contractor could assist the warfighter in these Navy knowledge and business areas that have realized technical growth over the past (5) years. The focus of this Request for Information (RFI) is for engineering, technical support, and program management support that includes Ship Design and Acquisition Support, Modeling and Simulation Support, Machinery Systems Engineering Support, Ashore and Afloat Test Engineering Support, Field Engineering Support, Logistics and Training Support, and Project/Program Management Support. 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. This RFI does NOT constitute a Request for Proposal and is not to be construed as a commitment, implied or otherwise, by the Government that a procurement action will be issued. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of the requested information. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests. Responses to this RFI may be considered in the future determination of an appropriate acquisition strategy for the program. The Government may not respond to any specific questions or comments submitted in response to this RFI or information provided as a result of this request. Any information submitted by respondents as a result of this notice is strictly voluntary. Not responding to this RFI does not preclude participation in any future solicitation, if any is issued. If a solicitation is released, it will be synopsized on the Sam.gov website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. SOURCES SOUGHT DATE: 07 November 2023 CONTRACTING OFFICE ADDRESS: N64498 SCOPE: NSWCPD 425 supports the warfighter in nine (9) discrete Navy knowledge and business areas that have realized consistent and significant technical task growth over the past five (5) years. Core technical and project management functions include in service and life cycle engineering of fielded machinery systems, new ship design and acquisition support, logistics development, material management, technical oversight of test site construction and operations, field services support, and technical project management. This requirement will include Navy knowledge and business areas comprising the NSWCPD 425 work portfolio: 1. Combustion air systems in-service and life cycle engineering for all diesel and gas turbine ships and craft 2. Small gas turbine engine systems in-service and life cycle engineering for the Navy's assault craft (LCAC and LCAC 100 Classes), and mine hunter platform(s) 3. Land-Based Engineering/Test Site (LBE/TS) Systems Engineering oversight during construction and operation 4. Surface ship (non-nuclear) machinery systems arrangements design and integration support for early concept exploration, Program of Record (POR) design support, in-service modernization projects, and new capabilities assessments 5. Afloat workshop arrangements design and integration 6. New acquisition program Systems Engineering Management and design support 7. New acquisition gas turbine engineering and integration support for all new Navy surface fleet programs, including DDG 1000 Class, FFG 62 Class, NEXTGEN Guided Missile Destroyer (DDG(X)), Unmanned Surface Vehicle programs, and others 8. Propulsion systems new technology insertion including Hybrid Propulsion Drive technology This RFI solicits for engineering and program management support that includes: o Engineering support for new acquisition and modernization programs that includes developing, reviewing, and updating performance specifications, program and technical requirements, drawings, contract deliverables, deviation requests and other technical artifacts. o Computational engineering analysis capability that includes finite element modeling and analysis, control systems assessments, rotor dynamics analysis, thermal analysis of machinery systems, material assessments, and computational fluid dynamics. o Engineering support for the design, installation, testing, operation and maintenance of propulsion and power generation systems that include gas turbine engine systems, diesel engine systems, combustion air systems, active emissions control systems, prime mover cooling systems, bleed air systems, shafting and mechanical power transmission systems, and all associated control systems and interfaces. o Afloat and ashore test support that includes the development of site concept layouts, Analysis of Alternatives and spatial studies, site construction project integration support, material and asset management, data acquisition and storage solutions, and equipment commissioning. o Field engineering support for afloat and ashore engineering assessments, machinery system grooms, maintenance, troubleshooting, and repair. Work may occur within the Continental United States (CONUS) or outside of the Continental United States (OCONUS). o Development of Integrated Logistics Support Packages (ILSPs) and logistics certification packages in interactive electronic and hard copy formats for ashore and afloat machinery systems and equipment. o Management assistance for planning, budgeting, forecasting, tracking, and stat using business and technical activities. SECURITY REQUIREMENTS: The Contractor is responsible for completing all required Government mandated training to maintain security and network access to government sites and IT systems to include but not limited to: Antiterrorism Level 1 Awareness; DoD Cyber Awareness Challenge; Combatting Human Trafficking; Records Management in the DON: Everyone's Responsibility; Training and Readiness: The Active Shooter; Constitution Day; NAVSEA Introduction to Controlled Unclassified Information; Operations Security (OPSEC); NAVSEA Counterintelligence Training; Privacy and Personally Identifiable Information (PII) Awareness Training; and NAVSEA Physical Security training. Certificates of successful completion shall be sent to the COR and as otherwise specified in the contract. An active SECRET Facility Clearance Level (FCL) is required for performance of this contract. There is no safeguarding requirement required. All personnel must have a current SECRET or higher clearance, or the ability to obtain one by the time the contract is awarded. CAPABILITY STATEMENTS: Interested businesses are invited to submit capability statements. Responses are not to exceed ten (10) pages including attachments and shall briefly describe the technical concept, technical approach and technology readiness level (TRL) of one, some or all eight (8) major areas of interest. 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 contact (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. Capability Statements must address, at a minimum the following: Section 1: Introduction. Identify the Sources Sought Number and Title Section 2: Corporate Description. o Name of Company and address o Ownership, including whether: Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB) o Points of contact, including: Name, title, phone, and e-mail address o 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 it relates to the scope section of this sources sought. (2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort. (3) Demonstrated ability to obtain security clearances at the time of contract award or within 45 calendar days for all personnel expected to provide support in accordance with the above requirement. (4) Confirm the company has a DCMA approved Accounting System Section 3. Past/Current Performance. Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the scope section of this sources sought. Section 4. Technical Response. Provide a detailed technical response that addresses the tasks identified in the scope section of this sources sought. Information should include: o The contractor's ability to manage, as a Prime contractor, the types and magnitude of all tasking in the scope section of this sources sought. o Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost of the contract with its' own employees in accordance with FAR 52.219-14. o The contractor's capacity, or potential approach to achieving capacity, to execute the requirements of the description of scope section of this sources sought. This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified. o Contractor's ability to begin performance upon contract award. o A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts. Interested parties are requested to respond to this RFI with an informational document that may address one, some, or all of the nine (9) major areas of interest. Note: 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 this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence. NSWCPD will accept only electronic unclassified submission of responses via DoD Safe. The DoD Safe link can be requested by reaching out to Daniel Alvarez at daniel.e.alvarez10.civ@us.navy.mil with the subject line "RFI: Engineering and Technical support as well as program management support that includes Ship Design and Acquisition Support". All responses shall be unclassified and submitted via DoD Safe no later than 5:00PM EST on 12/05/2023. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for or suffer any consequential damages for any proprietary information that has not been both properly marked and clearly identified. Information marked proprietary received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. To aid the Government in its review, please segregate proprietary information. The Method of Contractor Selection has not been determined at this Time

Conceptual

Military

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
815
Active Projects
423
Bidding Soon
6,233
All Active Projects
2,689
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

June 5, 2024

img_map_placeholder

Multiple Locations, Philadelphia, PA


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.