This requirement is for the support of Steam Propulsion Plant Elliot Model 44BH-2 Force Draft Blower (FDB) rotors (P/N P8405A101) and associated components.
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: Feb 04, 2025 01:57 pm EST
- Original Response Date: Feb 18, 2025 02:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Mar 05, 2025
- Initiative:
- None
Classification
- Original Set Aside: 8(a) Sole Source (FAR 19.8)
- Product Service Code: J028 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINES, TURBINES, AND COMPONENTS
- NAICS Code:
- 333413 - Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
- Place of Performance: Philadelphia , PAUSA
Description
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 support the Fleet and associated DOD Activities and focus on Steam Propulsion Plant Elliot Model 44BH-2 Force Draft Blower (FDB) rotors (P/N P8405A101) and associated components. This requirement is for a 5 Year Basic Ordering Agreement (BOA) for the storage, overhaul, assessment, and repair to make Ready for Issue (RFI) FDB rotors, PN P8405A101 and associated equipment under Fleet critical spares and NAVSEA 2S COG Programs. See attached draft Statement of Work (SOW) for further details regarding these services. It sis the Government’s intention to procure these services on a sole-source basis, and to utilize small business set-aside procedures if appropriate. Accordingly, NSWCPD is requesting information from any and all interested sources in order to make an informed determination regarding procurement strategy.
SUBMISSION OF RESPONSES: Respondents shall provide capability statements with specific information regarding their ability to provide the required services to meet the NSWCPD's needs as detailed in the attached draft statement of work. Responding statements are not to exceed ten (10) pages in length. Responses shall be in electronic format (Microsoft Word or PDF preferred). A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for North American Industry Classification System (NAICS) code 332410 (Power Boiler and Heat Exchanger Manufacturing), and points of contact (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count.
NSWCPD will only accept unclassified, electronic submissions. Responses shall be sent to Contract Specialist David Torres at david.torres22.civ@us.navy.mil with the subject line "RFI Forced Draft Blower BOA" All responses must be submitted by no later than 4:30 PM on February 10, 2025.
This RFI is for market research purposes only and does NOT constitute a Request for Proposal. 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.
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.
Primary Point of Contact.:
David Torres,
Contract Specialist
David.torres22.civ@us.navy.mil
Phone: 215-205-4482
Contracting Office Address:
5001 S. Broad Street
Philadelphia, Pennsylvania 19112-1403
United States
Attachments/Links
Contact Information
Contracting Office Address
- 5001 S BROAD STREET
- PHILADELPHIA , PA 19112-1403
- USA
Primary Point of Contact
- David Torres
- david.torres22.civ@us.navy.mil
- Phone Number 2152054482
Secondary Point of Contact
History
- Mar 05, 2025 11:55 pm ESTSources Sought (Original)