Skip to main content

An official website of the United States government

You have 2 new alerts

Heraeus Thermocouple Tips and Chemicals

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Oct 07, 2022 10:05 am EDT
  • Original Response Date: Oct 17, 2022 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6810 - CHEMICALS
  • NAICS Code:
    • 325211 - Plastics Material and Resin Manufacturing
  • Place of Performance:
    Philadelphia , PA 19112
    USA

Description

Sources Sought Heraeus Thermocouple Tips and Chemicals

THIS REQUEST FOR INFORMATION (RFI) NOTICE is being issued by the Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD). NSWCPD has a requirement for the following items and quantities:

Description                                                            Quantity

Heraeus Thermocouple Tips - ML 1024                   500

Heraeus Thermocouple Tips - ML 1048                   600

Heraeus Thermocouple Tips - ML 1060                   500

ASK Chemicals - Zip Stik LH 20 Bottle                     60

ASK Chemicals - Velvacoat ZA9078 Mold Wash      50

The Navy requires a variety of foundry products to be utilized during their daily operations. Specifically, this procurement is for multiple foundry products that include a mold wash, glue, and temperature probes that are used in the mold making process. The purpose of these foundry items at Naval Foundry & Propeller Center is to keep molding making production running smoothly. It is the Government's intention to award a firm, fixed price Purchase Order, utilizing other than full and open competition, to Lancaster  Foundry Supply Company, Inc. (CAGE: 3P879) IAW FAR 6.302-1, as only Lancaster can meet the Government's requirements. 

NSWCPD intends to issue a solicitation to the specified vendor to meet mission requirements.  Prior to issuing a sole source solicitation, NSWCPD is requesting information in order to make an informed determination regarding procurement strategy.   

SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide the required items to meet the needs of the Government. Responses shall discuss how your product/service will meet the requirements. 

Responses are not to exceed two (2) pages. 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 contract (names, email, and telephone numbers) at a minimum.  The cover page is not considered in the total page count.

NSWCPD will accept only electronic unclassified submission of responses. Responses shall be sent to Thomas Coletti at Thomas.c.coletti.civ@us.navy.mil with the subject line "RFI Lancaster Foundry Supply." All responses shall be unclassified and submitted no later than 12:00PM EST on 10/17/2022.

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. PHONE CALLS WILL NOT BE ACCEPTED.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact





History