Thrustmaster of Texas (TMOT) Engineering Services

Agency:
State: Pennsylvania
Type of Government: Federal
FSC Category:
  • C - Architect and Engineering Services - Construction
  • R - Professional, Administrative and Management Support Services
NAICS Category:
  • 541330 - Engineering Services
Posted Date: Feb 26, 2024
Due Date: Mar 27, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Thrustmaster of Texas (TMOT) Engineering Services
Active
Contract Opportunity
Notice ID
42-0011
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NSWC PHILADELPHIA DIV
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 26, 2024 05:59 pm EST
  • Original Response Date: Mar 27, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Philadelphia , PA
    USA
Description

SOURCES SOUGHT NOTICE FOR NAVAL SURFACE WARFARE CENTER PHILADELPHIA DIVISION (NSWCPD)



Request for Information (RFI):



Thrustmaster of Texas (TMOT) Engineering Services



Subject – The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) Code 427 is looking for sources to maintain adequate and effective operational readiness, safety, and mission effectiveness of TMOT systems.



Scope – The NSWCPD Code 427 is the Lifecycle Manager (LCM) and In-Service Engineering Agent (ISEA) for US Navy Surface Ship Propellers, Shafting, Waterjets, and Bow Thrusters. Code 427 provides engineering and logistics services to the Littoral Combat Ship (LCS) Independence



(2) variant bow thruster platform by ensuring engineering man-hours and services are readily available as required to maintain and improve the operational readiness, safety, reliability, maintainability, as well as operating and support costs for the TMOT products. Due to the potential of bow thruster system failures and systemic design problems, Code 427 requires engineering services for TMOT bow thruster model TH850RN and all ancillary equipment including bow thruster hydraulic and electric control systems.



The purpose of this sources sought announcement – To identify potential sources to provide engineering and technical services, personnel, facilities, expertise, supplies and parts/materials required to effectively and safely execute tasks which directly impact the operation of the bow thruster and bow thruster support systems. Potential sources would be expected to provide Reliability, Maintainability, and Availability (RM&A) and Technical Data programs for TMOT products. These services would ideally be performed at the potential sources’ facilities and other locations as designated by the Government. These services may include tasks as follows:




  • Investigative Engineering

  • Product Improvement

  • Support of Government Testing

  • Technical Reviews

  • Logistics and Reliability, Maintainability, and Availability (RM&A)

  • Fleet and Depot Support



THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential firms capable of providing the supplies/services described herein prior to determining the method of acquisition.



Incumbent – New task



Contract Type – TBD



Period of Performance – TBD



Personnel Security Clearance – TBD



Facility Requirements – Location – The contractor's primary place of performance shall be at the Contractor’s facilities and the Littoral Combat Ship fleet concentration areas of San Diego, CA and Mobile, AL. It is estimated that 10% of the work will occur shipboard and/or at ships’ homeport locations/building yards as mentioned above and 90% of the work will occur at the Contractor’s facilities. Only as-needed work will be performed at Government sites, via local site visits or formal travel orders.



Security Clearance (TBD) – Contractor personnel that require a badge to work on-site at one of the NSWCPD sites must provide an I-9 form to verify proof of citizenship. The I-9 form should be signed by the company Facility Security Officer or the company Human Resource Department. In addition to the I-9 form, Contractors shall also bring their birth certificate, current United States Passport or naturalization certificate and state issued ID to the NSWCPD Security Officer at the time of badge request to verify citizenship. Any contractor that has unfavorable information that has not been favorably adjudicated, by Department of Defense Central Adjudication Facility (DOD CAF) will not be issued a badge. Finally, contractors shall supply a copy of their OPSEC Training Certificate or other proof that the training has been completed.



Capability Statements must include the following:



(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 PWS,



(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 for all personnel expected to provide support in accordance with the above requirement;



(4) A summary of previous corporate experience relevant to the PWS obtained within at least the last five years together with applicable Government contract numbers and Government technical and contract points of contact with current telephone numbers;



(5) A corporate roadmap on how labor categories not currently fulfilled by existing company personnel plan to be filled by the contract award date;



(6) Any potential subcontracting arrangements being considered at this time. If subcontracting is contemplated, the capabilities statement shall contain sufficient information concerning the planned subcontracting arrangements to assure the Government that the limitations in FAR 52.219- 14 can be met. These limitations require that at least 50% of the cost of contract performance incurred for personnel will be expended for employees of the prime contractor.



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.



Note: No telephone responses will be accepted. No contractor response received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. Responses must be received no later than 4:00pm EST on 27 March 2024 by e-mail to Contract Specialist’s Daniel Alvarez, at daniel.e.alvarez10.civ@us.navy.mil.



Milestones – It is anticipated that procurement milestones will occur on or around the following dates:



Set Aside Determination: TBD



Solicitation Issues: TBD



Solicitation Closed: TBD



Award Date: TBD



Performance Start: TBD



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.



The 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.


Attachments/Links
Contact Information
Contracting Office Address
  • 5001 S BROAD STREET
  • PHILADELPHIA , PA 19112-1403
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 26, 2024 05:59 pm ESTSources Sought (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

ADVERTISEMENT INFORMATION General Information Department for this solicitation: Procurement Date Prepared: 04/19/24 Types:

State Government of Pennsylvania

Bid Due: 5/20/2024

NOTICE TO BIDDERS The Octorara Area NOTICE TO BIDDERS The Octorara Area School

City of Lancaster

Bid Due: 4/30/2024

Solicitation# Types Solicitation Title Description Agency County Amended Date Solicitation Start Date Solicitation

State Government of Pennsylvania

Bid Due: 12/31/2099

Status Ref# Project Close Date Days Left Action Open 24-0466-0298 WWTP Berm Elevation

Lower Merion Township

Bid Due: 5/10/2024