Skip to main content

An official website of the United States government

You have 2 new alerts

COLUMBIA Class Ropeguard Production

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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)
  • Original Published Date: Mar 22, 2022 07:41 am EDT
  • Original Response Date: Apr 28, 2022 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    USA

Description

­Request for Information (RFI): COLUMBIA Class Ropeguard Production 

This is not a Request for Proposal (RFP) and award of a contract will not be made as a result of this questionnaire.  Naval Surface Warfare Center, Carderock Division (NSWCCD) requests assistance from industry for conducting market research for the manufacturing of nine (9) CLB Ropeguards on a future production contract for COLUMBIA Class submarine propulsor hardware.

The purpose of this RFI is to conduct market research by soliciting industry comments and feedback. Market Research will determine potential socio-economic small and large businesses interested in, and capable of, providing the support services identified herein.  This posting is issued in accordance with the requirements of Federal Acquisition Regulation (FAR) Parts 10.

Responses should include the following:

1. Cover letter, not to exceed one (1) page that includes:

  1. Organization name, CAGE Code, and address
  2. Point of contact name and contact information
  3. Size and type of organization, including if applicable U.S. small business or other status
  4. Brief statement of interest that indicates the organization’s interest in applying as a prime or subcontractor.

2.  Response to NSWCCD questions shall not exceed 25 pages. Interested parties shall provide a response to the following questions:

  1. The Government would like to gauge industry interest in producing COLUMBIA class propulsor ropeguards.  The ropeguard design is defined by attachment (1) and its references.  The ropeguard assembly is currently undergoing a prototype manufacturing demonstration and the drawings are anticipated to be revised with lessons learned before the production contract RFP is released. If your company is interested, please answer the following questions;
    1. The first planned order CLB ropeguard is going to require delivery 21 months after award, and each subsequent ropeguard is going to require delivery 15 months after award.  Is this delivery cadence expected to result in any issues?
    2. The planned ordering cadence is planned to result in up to four ropeguards in production at the same time with up to two ropeguards requiring  the same delivery date.  Is this ordering cadence expected to result in any issues?
  1. In order to be eligible to submit a technically acceptable bid for the upcoming ropeguard production contract, the Government requires interested parties to become qualified to produce the ropeguard at their own private expense.  The COLUMBIA class propulsor ropeguard is defined in a specification drawing format without specific composite materials or processes defined.  In order to demonstrate that a given vendor’s proposed combination of materials and manufacturing processes is adequate to meet the ropeguard’s functional requirements, qualification of processes is required.  The specific qualifications that must be completed by prospective offerors in advance of contract award are defined in attachments (2)-(5).  Any other qualifications required to support a successful bid will be defined in the solicitation.

The Government would like to understand if industry is capable and willing to become qualified to produce COLUMBIA class propulsor ropeguards at their own expense.  If yes,

  1. How long does it take to become qualified?
  2. What is your estimated cost to become qualified?  This is for planning purposes and the Government considers engineering rough order of magnitude (EROM) estimates to be the appropriate level of detail for this effort.
  3. Provide a summary of capabilities (equipment, facilities, and personnel qualifications) to manufacture nine  CLB Ropeguards and identify any capital/facility/equipment upgrades required.

  1. NSWCCD intends to fulfill this requirement via a Cost-Plus-Incentive-Fee (CPIF) single-award five-year contract with an anticipated award date of Third Quarter, Fiscal Year 2023. 
    1. The Government plans to use a 50/50 share line for both over and under runs. Within reason, and with supporting rationale, do you have any recommendations on the share-line?

3.           Contracting Office Address:

Naval Surface Warfare Center

Carderock Division

9500 MacArthur Boulevard

West Bethesda, MD 20817-5700

Questions may be submitted to:

Doug Riedel                                                Abeer Ameer

Contract Specialist                                      Branch Head

douglas.a.riedel.civ@us.navy.mil                abeer.j.ameer.civ@us.navy.mil

301-227-2959                                              301-275-4537

Attachments:

  1. C24536000 Rev A; CLB Class Ropeguard Kit
  2. 8752861A; Advanced Propulsor Material Qualification Specification
  3. C245Q0001A; CLB ICCP Bonding Qualification Specification
  4. C245Q0002A; CLB Ropeguard DTM Type-01 Material Qualification Specification
  5. C245Q0003A; CLB Ropeguard Material Fatigue Qualification Specification

Contact Information

Primary Point of Contact

Secondary Point of Contact

History