Y--Design-Bid-Build (DBB) P-106, Submarine Propulsor Manufacturing Support Facility, Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania
ID: N4008519RML32Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

PSC

CONSTRUCT OF STRUCTURES/FACILITIES (Y)
Timeline
    Description

    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking Design-Bid-Build (DBB) services for the Submarine Propulsor Manufacturing Support Facility in Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania. This notice is a sources sought notice to determine the availability of commercially available security equipment with equivalent specifications to the LENEL systems described in the attachments. The purpose of this notice is to conduct market research and gather information from potential sources. Interested vendors are requested to submit a brief capabilities statement package demonstrating their ability to provide the required security equipment. Responses are due by Friday, 01 March 2019 at 2:00 PM Eastern Time.

    Point(s) of Contact
    Brittany Cristelli 757-341-1978
    Files
    No associated files provided.
    Similar Opportunities
    Y--Y--MARKET RESEARCH/ REQUEST FOR INFORMATION FOR ELECTRICAL LOAD EXPANSION AT THE PHILADELPHIA NAVY YARD ANNEX. QUESTIONS ARE DUE BY 1600 LOCAL TIME ON 1 OCTOBER 2018.
    Buyer not available
    Sources Sought DEPT OF DEFENSE is seeking information for electrical load expansion at the Philadelphia Navy Yard Annex. This procurement is for the construction of structures/facilities. The primary contact for this procurement is Sidnia Finke, Sidnia.finke@navy.mil. For more details, please refer to the detailed RFI and attachments, including Industry Day details.
    Engineering Control System Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified vendors regarding the procurement of Engineering Control System Hardware. The requirement includes specific items such as managed network switches, programmable logic controllers, and communication interface modules, primarily from the brand SIEMENS, to support mission-critical operations. This procurement is essential for enhancing the operational capabilities of the Navy's engineering control systems. Interested parties must submit their responses electronically to Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil by 3:00 PM EST on February 13, 2025, with all submissions becoming government property and not subject to return.
    NSWCPD Bldg 1000 – Substations Ventilation and DDC Monitoring
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the removal and replacement of substations, ventilation, and Direct Digital Control (DDC) monitoring systems at Building 1000, located in the Philadelphia Naval Business Center, Pennsylvania. The project involves the installation of remote power meters at fourteen electrical substations and their integration into an existing DDC Building Automation System, with a contract completion deadline of 290 days post-award. This initiative is crucial for enhancing the infrastructure and operational efficiency of government facilities, ensuring compliance with safety and regulatory standards. Interested contractors must submit their proposals, including initial price and technical submissions, by the specified deadlines, and are encouraged to contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil or David Rhoads at david.a.rhoads8.civ@us.navy.mil for further information.
    NGMS ECDIS-N/Navigation/Steering & Propulsion/Machinery Control Systems
    Buyer not available
    The Department of the Navy's Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking engineering and technical services for the management and support of various naval steering and navigation control systems. The procurement aims to establish a Cost-Plus-Fixed-Fee (CPFF), Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with Northrop Grumman Maritime Systems (NGMS) on a sole source basis, as NGMS is deemed the only responsible source capable of fulfilling the requirements. The services will include design agent engineering, technical support, training, and logistics for systems such as Electronic Charting Display and Information Systems (ECDIS) across multiple classes of submarines and surface ships, ensuring operational effectiveness and compliance with security regulations. Interested contractors must submit their capabilities in response to the Request for Information (RFI) by February 5, 2025, to Tracy J. Biondo at tracy.j.biondo.civ@us.navy.mil or Marissa Woody at marissa.l.woody.civ@us.navy.mil, with submissions limited to five pages.
    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.
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from qualified sources to support the refurbishment of Steam Propulsion Plant Elliot Model 44BH-2 Force Draft Blower (FDB) rotors and associated components. The procurement involves a five-year Basic Ordering Agreement (BOA) for the storage, overhaul, assessment, and repair of these rotors to ensure they meet Ready for Issue (RFI) standards, which is critical for maintaining the operational readiness of the Navy's fleet. This initiative underscores the importance of effective resource management and procurement strategies in sustaining the Navy's steam propulsion capabilities. Interested parties must submit their capability statements electronically by 4:30 PM on February 10, 2025, to Contract Specialist David Torres at david.torres22.civ@us.navy.mil, with the subject line "RFI Forced Draft Blower BOA."
    FFG/Tech Connect Procurement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to negotiate and award a Basic Ordering Agreement (BOA) Delivery Order to Rockwell Automation INC. for the procurement of various programmable logic control hardware components. This procurement is critical as it supports the Navy's operational requirements, and Rockwell Automation is identified as the only responsible source capable of fulfilling these specific needs under the authority of FAR 6.302. The Government plans to make the award in the second quarter of FY25, and interested parties may express their interest and capabilities by contacting Christopher Letts at Christopher.j.letts2.civ@us.navy.mil or by phone at 267-588-7166 prior to the closing date of this notice.
    LIDAR (Light Detection and Ranging) Equipment
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking potential sources for LIDAR (Light Detection and Ranging) equipment designed for detecting and ranging Lambertian grey bodies with specific reflectivity requirements. The procurement aims to develop a compact, hand-held device capable of operating at ranges up to 2 kilometers with a range resolution of 1 centimeter or less, emphasizing the need for detailed technical specifications such as system architecture, size, weight, power, and environmental limits. Interested vendors are encouraged to submit their capabilities statements and relevant information by contacting Deirdre Hughes at deirdre.l.hughes.civ@us.navy.mil, with responses due as per the timeline indicated in the SAM system. This notice serves as a Sources Sought Notice (SSN) for planning purposes only and does not constitute a solicitation or commitment by the Government.
    ARUBA and NETGATE Components
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center in San Diego, is seeking market insight for the procurement of various components to assemble 11 SEA2 kits intended for deployment on CNSP FDNF ships. The required components include a range of Netgate security gateways and Aruba equipment, all of which must comply with cybersecurity standards, reflecting the importance of secure communications in naval operations. Interested vendors are invited to submit their company information, relevant experience, and qualifications in a response not exceeding five pages, with submissions due via email by February 6, 2025. For further inquiries, vendors can contact Jennifer Stevens at jennifer.k.stevens7.civ@us.navy.mil.
    Regional Armed Security Guard services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM) Mid-Atlantic, is soliciting proposals for Regional Armed Security Guard services at various naval installations, including Norfolk Naval Shipyard in Virginia and Naval Support Activity in Pennsylvania. The procurement aims to secure well-trained personnel to ensure safety and security across multiple facilities, adhering to strict operational and training standards as outlined in the solicitation documents. This contract is particularly significant for maintaining security protocols and compliance with federal regulations in sensitive military environments. Interested contractors must submit their proposals by February 11, 2025, and can direct inquiries to Susan Roberts at susan.roberts2@navy.mil or by phone at 757-341-0091.
    LOCKERS
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting quotations for the procurement of lockers and related habitability items intended for use at SRF Yokosuka, Japan. This procurement is structured as a firm-fixed-price contract, requiring compliance with specific technical requirements established by NAVSEA, including the submission of Habitability Certificates and Objective Evidence of Fire Tests. The lockers are essential for enhancing shipboard living conditions, and the solicitation mandates a single award approach, emphasizing the need for bidders to quote for the entire scope of supplies outlined. Interested parties should direct inquiries to Jennifer Boyle at jennifer.l.boyle16.civ@us.navy.mil, and must adhere to the submission deadlines specified in the attached solicitation document posted on January 28, 2025.