Virginia Bids > Bid Detail

Tape-wrapped Carbon Phenolic (TWCP) Heatshields

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 14 - Guided Missiles
Opps ID: NBD00159688351860657
Posted Date: Jun 23, 2023
Due Date: Jul 7, 2023
Solicitation No: N0017823Q4404
Source: https://sam.gov/opp/196919eeb1...
Follow
Tape-wrapped Carbon Phenolic (TWCP) Heatshields
Active
Contract Opportunity
Notice ID
N0017823Q4404
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NSWC DAHLGREN
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 22, 2023 11:35 am EDT
  • Original Response Date: Jul 07, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1420 - GUIDED MISSILE COMPONENTS
  • NAICS Code:
    • 336415 - Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
  • Place of Performance:
    Dahlgren , VA 22448
    USA
Description

INTRODUCTION



The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) announces its intention to procure fabrication of tape-wrapped carbon phenolic (TWCP) heatshields for recertification of heatshield production for both the existing Navy SLBM Reentry Systems (MK4, MK5, & MK7) and future programs, the development and fabrication of thermal protection system (TPS) materials and components (including heatshields, control surfaces and backpacks) for future/advanced Navy reentry systems and flight test experiments, and the refurbishment of equipment and tooling required for the production of these materials.



DISCLAIMER



"THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY".



PROGRAM BACKGROUND



NSWCDD is an engineering, software development, and system test and integration center for Research, Development, and Test & Evaluation (RDT&E) components of the US Navy. The purpose of this acquisition is to provide a key component of the Trident II Reentry Body Thermal Protection System (TPS); the development and fabrication of advanced reentry materials including antenna windows, control surfaces, and heatshields; the development and fabrication of low cost reentry materials including antenna windows, control surfaces, and heatshields; the refurbishment or procurement of production equipment and tooling and fixtures used in heatshield production; and supporting engineering studies.



This requirement is a follow-on procurement to Contract No. N0017820C2400 currently being performed by TexTech Engineered Composites.



Contract Type



The contract type is anticipated to be FFP and CPFF.



REQUIRED CAPABILITIES



The Government requires Fabrication of tape-wrapped carbon phenolic (TWCP) heatshields for recertification of heatshield production for both the existing Navy SLBM Reentry Systems (MK4, MK5, & MK7) and future programs, the development and fabrication of thermal protection system (TPS) materials and components (including heatshields, control surfaces and backpacks) for future/advanced Navy reentry systems and flight test experiments, and the refurbishment of equipment and tooling required for the production of these materials. Some materials may also be required to support US/UK Polaris Sales Agreement (PSA) collaborative programs/projects.



ELIGIBILITY



The applicable NAICS Code for this requirement is 336415 (Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing) with a Small Business Size standard of 1,250 employees.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS



A draft Statement of Work (SOW) is attached for review.



CAPABILITY STATEMENTS



Interested parties are requested to submit a capability statement by the date indicated in this announcement. Capability statements shall not exceed twenty (20) pages, not including resume summaries (if applicable).



This documentation must address at a minimum the following items:



1.) A complete description of the Offeror’s capabilities, related experience, facilities, techniques or unique combinations of these factors that clearly relate to the Government’s specific needs for this requirement as identified above or as specified in the SOW (if applicable);



2.) Provide a company profile to include number of employees, annual revenue history, office location(s), CAGE Code, SAM Unique Entity ID, and a statement regarding current small/large business status;



3.) 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, and a brief description of how the referenced contract relates to the services described herein;



4.) Provide a statement and metrics that contain sufficient information concerning the ability to meet the government limitations in FAR 52.219-14 Limitations on Subcontracting (Sept 2021) (DEVIATION 2021-O0008);



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Sean McGovern, via email at sean.t.mcgovern5.civ@us.navy.mil and Daniel Belcher at daniel.c.belcher3.civ@us.navy.mil with email subject line to include “Capability Statement for Heatshields”. Capability Statements received after that time may not be considered for purposes of the subsequent Request for Proposal.



The deadline for response to this request is 7 July 2023, Eastern Standard Time, 2:00 pm.



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.



No phone calls will be accepted.



QUESTIONS OR CLARIFICATIONS



All questions are to be submitted via email to the Contract Specialist: Sean McGovern at sean.t.mcgovern5.civ@us.navy.mil and Contracting Officer: Daniel Belcher at daniel.c.belcher3.civ@us.navy.mil with email subject line to include “Capability Statement for Heatshields” in subject line.



Electronic responses must be in Microsoft Word® or Adobe Acrobat® formats and in Times New Roman font of not less than 12 point.



NOTE



The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.


Attachments/Links
Contact Information
Contracting Office Address
  • COMPTROLLER C1B 17632 DAHLGREN ROAD SUITE 202
  • DAHLGREN , VA 22448-5154
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 22, 2023 11:35 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >