Skip to main content

An official website of the United States government

You have 2 new alerts

Waterbrake Dynamometer

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: Nov 19, 2024 02:59 pm EST
  • Original Response Date: Dec 04, 2024 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 19, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6695 - COMBINATION AND MISCELLANEOUS INSTRUMENTS
  • NAICS Code:
  • Place of Performance:
    PA 19112
    USA

Description

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

SUBJECT: The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is seeking information regarding procurement of a Waterbrake Dynamometer to support land based prototypical shipboard testing.  NSWCPD will utilize the Waterbrake to simulate the propeller loading of a land based main propulsion drivetrain.

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.

SOURCES SOUGHT DATE: 19 November 2024

SOURCES SOUGHT RESPONDE DUE DATE: 4 December 2024

CONTRACTING OFFICE ADDRESS: N64498

CLASSIFICATION CODE (PSC/FSC): 6695

INCUMBENT: None

PREVIOUS STRATEGY: Full and Open Competition

TECHNICAL CODE: Code 711

ANTICIPATED AWARD DATE: Q3/4 FY25

ANTICIPATED SET-ASIDE: TBD

CONTACT POINTS:  Angela Cusati/Nicole Eckman

CONTRACT TYPE: Firm-Fixed-Price (FFP) Contract

EQUIPMENT INSTALLED LOCATION: Philadelphia, PA

SCOPE: The Naval Surface Warfare Center Philadelphia Division is seeking information regarding procurement of a Waterbrake Dynamometer to support land based prototypical shipboard testing.  The Waterbrake Dynamometer will be installed inside a large building bay.  The following minimum technical characteristics are requirements for the Waterbrake Dynamometer to meet the existing load absorption capability.

  • Operational speed range is 0 – 200 RPM.
  • Power Range is 0 – 60,000 HP.
  • Maximum operating torque is 2.2 Mft-lbf
  • Single direction (clockwise) looking into the Waterbrake from the input shaft.
  • Mounted at a 5-degree rake angle (input shaft side above plane).
  • Capable of operating on a cubic load curve from 20 to 200 RPM

CAPABILITY STATEMENTS:

Interested businesses are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, demonstrating their ability to fulfill this requirement.  Responses and capability statements must address, at a minimum the following:

SECTION 1: INTRODUCTION. Identify the Sources Sought Number and Title

SECTION 2: CORPORATE DESCRIPTION.

  • Name of Company and Address
  • Ownership, including whether: Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB)
  • Points of contact, including: Name, Title, phone, and e-mail address
  • CAGE Code and DUNS Number

SECTION 3: REQUIREMENT

  1. A complete description of the offeror’s Waterbrake Dynamometer capabilities that would directly relate to the Government’s objectives as stated in the above scope.  Existing technical data sheets should be provided if available and any details on customer required interfaces would be helpful, but is not required if not available.
  2. Rough Order of Magnitude (ROM) pricing for the proposed solution that meets the above minimum specifications.
  3. Commerciality: Justification as to why this requirement is commercial. Additionally, evidence of commercial sales to a non-government entity via an un-redacted invoice and/or a Commercial Published Price List inclusive of Load Bank upgrades from base model. Alternatively, if interested businesses deem this requirement as non-commercial, please provide rationale accordingly.
  4. Estimated timeline from award date to delivery of the Waterbrake Dynamometer.

Potential Respondents shall consider the following:

  • Defense and commercial contractors, including small businesses, veteran-owned businesses, service-disabled veteran-owned businesses, HUBZone small businesses, and woman-owned small businesses are encouraged to participate.
  • At no cost to the government, responding vendors may continue technical dialogue with this market survey’s Point of Contact after the initial response is provided.
  • This survey in no way binds the Government to offer contracts to responding companies and the quantities and technical requirements may change as required for any future procurement actions.

Contact Information

Contracting Office Address

  • 5001 S BROAD STREET
  • PHILADELPHIA , PA 19112-1403
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Dec 20, 2024 12:19 am ESTSources Sought (Original)