Skip to main content

An official website of the United States government

You have 2 new alerts

RFI: Electron Beam (EB) Weld

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 (Updated)
  • Updated Published Date: Oct 10, 2023 03:14 pm EDT
  • Original Published Date: Oct 05, 2023 06:16 pm EDT
  • Updated Response Date: Oct 26, 2023 05:00 pm EDT
  • Original Response Date: Oct 26, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Nov 10, 2023
  • Original Inactive Date: Nov 10, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 2010 - SHIP AND BOAT PROPULSION COMPONENTS
  • NAICS Code:
  • Place of Performance:
    USA

Description

Request for Information (RFI):  Electron Beam (EB) Weld

This is not a Request for Proposal (RFP) and award of a contract will not be made as a result of this questionnaire. The Naval Surface Warfare Center, Carderock Division (NSWCCD) requests assistance from industry for conducting market research for the Electron Beam (EB) welding and machining of nickel aluminum bronze (NAB) canisters of various configurations for the VIRGINIA Class (VCS) Propulsor Manufacturing Program.  The work requires access to classified documents and industrial work areas. The contractor personnel will be required to hold CONFIDENTIAL clearances and the contractor will be required to have a CONFIDENTIAL Facility Security Clearance.

Interested offerors should contact the POCs listed in the announcement with the DD Form 2345 to retrieve drawings mentioned in the Statement of Work.

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) Part 10.

Responses should include the following:

  1. Cover letter, not to exceed one 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. Interested parties shall provide a response (not to exceed 25 pages) to the following questions:
    1. Describe personnel, equipment, qualifications and capabilities to meeting all aspects of the draft Statement of Work.
    2. Address any barriers to satisfying the requirements of the draft SOW and provide recommendations such as modifications that would be required to be able to satisfy meeting the draft SOW.
    3. Confirm understanding of the security requirements and the DX rating, and state willingness to comply upon award.
    4. Confirm capability to become qualified (if not already qualified) to perform all requisite welding as required in references C.2.3 and C.2.4 of the draft statement of work.  Qualification must be received, via NAVSEA-approved procedures, prior to performing any type of weld.
      1. If not currently qualified, provide an estimate of time required for welding qualification.
    5. NSWCCD intends to fulfill this requirement via a five-year single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract with Firm Fixed-Price (FFP) orders, applying step ladder pricing. The anticipated award date is Fourth Quarter, Fiscal Year 2024.
      1. Provide recommendations on the contract vehicle, contract type, and CLIN structure.
      2. Provide input on pricing methodology (i.e., pricing by type or quantity of canisters) with supporting rationale.


Contracting Office Address:

Naval Surface Warfare Center

Carderock Division

9500 MacArthur Boulevard

West Bethesda, MD 20817-5700

Questions may be submitted to:

Matthew R. Craft                                              Kiersten M. Johnson          

Contracting Specialist                                      Contracting Officer

matthew.r.craft7.civ@us.navy.mil                     kiersten.m.johnson5.civ@us.navy.mil

301-642-5925                                                   301-312-3582

Amendment on 10/10/2023 to update spelling error in Header Information/Title.

Contact Information

Contracting Office Address

  • CARDEROCK DIVISION 9500 MACARTHUR BOULEVARD
  • BETHESDA , MD 20817-5700
  • USA

Primary Point of Contact

Secondary Point of Contact

History