Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2004 FBO #0947
MODIFICATION

J -- SERVICES IN SUPPORT OF U.S. SHIPS, BOUGHT, LEASED OR OTHERWISE TRANSFERRED THROUGH THE FMS PROGRAM TO FMS CUSTOMERS!!

Notice Date
6/28/2004
 
Notice Type
Modification
 
Contracting Office
N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002404R4206
 
Point of Contact
Tara Borntreger, SEA 02425B, (202) 781-3390/Contracting Officer:Timothy Starker, SEA 02425, (202) 781-3944!!
 
Description
This is a modification of a previously issued Source Sought Synopsis: The Naval Sea System Command (NAVSEA) is issuing a Request for Information (RFI) from all interested companies who may be interested in providing eligible foreign navies access to a broad range of life cycle support and other services associated with the acquisition, operation and maintenance of naval vessels within their inventory. These services typically will be provided for recipients of former United States Navy (USN) ships transferred through the Foreign Military Sales (FMS) program. However, services of other foreign navy ships built indigenously or acquired from other sources are also eligible within current International Traffic in Arms Regulations (ITAR) and Federal Acquisition Regulation (FAR) guidelines for support services. The Tasks section of this RFI provides additional information on the spe cifics of services being sought. This RFI in no way binds the Government to offer contracts to responding companies. The information provided will assist NAVSEA in developing and further defining future procurement and acquisition strategies. Description The eventual competitively selected contractor shall accomplish tasks associated with a full range of support/services to a number of FMS customers throughout the world in support of their ships, platforms, combat systems and industrial facilities. The support/services will vary in complexity based on the requested services. The contractor will be required to make available a fully functional shipyard within the US in order to fulfill the commitments of the US Government in the transfer of ex-USN ships which includes the overhaul/upgrade of major/minor Hull, Mechanical & Electrical (HM&E) and Combat systems. Tr ansfers are normally compressed and the fulfillment of on-time delivery is critical. The contractor will provide a wide range of industrial professionals along with other specialty employees comprised of logistics, engineers, on-site managers, port engineers and other areas of expertise when/if required. The contractor will also be tasked to provide emergent teams within a large variety of skills and expertise to support the customer in country (foreign) at any given time, many times within short notice. They may also be required to establish a fully functional industrial support team in country to support major industrial events (often long term) such as ship overhauls, industrial upgrades, planning yard functions, etc. The contractor in support of this will maintain all the employees? certifications within their respective fields and ensure compliance of both ISO and USN s tandards along with a fully compliant quality assurance program. Due to the nature of the funding on any resultant contract, all associated start-up cost incurred will be at the expense of the contractor and will not be reimbursed. Tasks Non-specific but critical tasks include: 1) Accomplish 1200 lb steam boiler overhaul and repair. 2) Accomplish gas turbine engine overhaul and repair. 3) Accomplish Combat Systems overhauls, installation and repairs to include today's modern highly integrated multi-mission combat systems. 4) Provide a workforce to furnish full support services for the overhaul of ex-USN combatants (both HM&E and Combat Systems) within and outside the US along with providing shipyard and industrial upgrade services often at the same time. This will require the contractor to have a large and qualified professional workforce at his disposa l. 5) Provide services to include design, configuration management, maintenance, repair planning and execution, logistics and training in support of the transfer of decommissioned US Navy ships made available for FMS "hot" transfer or previously decommissioned ships available for "cold" transfer. 6) Develop work packages, work items, cost estimates, drawings and engineering data to accomplish authorized alterations and update selected record data. Identify long-lead time and other industrial material required. 7) Assume full management responsibility for ship transfer reactivation availabilities including stringent cost and schedule control. Develop integrated test and training plans including waterfront production activities, delivery of Government Furnished Equipment, crew training, equipment light-off, system testing and ship trials. All resources includi ng manpower, facilities and services must be included in integrated plans. 8) Provide materials, manpower and services for dry-docking, repair and maintenance of ship hull, mechanical, electrical, communications, command and control, navigation and combat systems as directed by an authorized work package. 9) Provide qualified personnel to accomplish emergent and voyage repairs. 10) Provide qualified personnel to assemble a Ship Transfer Assist Team and Transit Assist Team to provide onboard crew training and equipment verification and to assist the ship from its reactivation site to country homeport. 11) Provide a full range of operator and maintainer training at the FMS customer country's site, as requested. 12) Provide warehousing and data repository services at a facility located in the US. Responses Defense and commercial contractors, incl uding small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, and woman-owned small businesses are encouraged to participate. North American Industry Classification System (NAICS) 336611, that has an average employment size standard of 1,000 employees during each of the pay periods of the preceding 12 months, will apply to this acquisition. Responses to this RFI should be limited to 10 pages or less (including any amendments) and include supporting materials that allows an effective evaluation of your company?s competence, experience, and overall understanding of the scope of work that NAVSEA has identified. In addition, interested contractors should provide evidence of how they intend to be responsive to urgent and short lead-time requirements. Submissions should include company history, company size, major products, primary customer base, points of contacts (able to discuss the submitted materials), and a description of past experience. Responding companies and associated personnel must be able to obtain the requisite security clearances as required and be registered or have a pending registration on CCR (www.ccr.gov). Responses are requested by 10:00 am (EST), on 14 July 2004 to support the Government?s milestone objectives. However, submissions will be accepted after this date but feedback may not be as timely or contribute to NAVSEA?s strategic planning. Information should be e-mailed to Tara Borntreger at borntregertj@navsea.navy.mil or mailed to Naval Sea Systems Command, Attn: Ms. Tara Borntreger, Mail Stop: 2030, 1333 Isaac Hull Avenue SE, Washington Navy Yard, D.C., 20376. Questions can be submitted electronically to borntregertj@navsea.navy.mil. Informatio n provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. All information shall be provided free of charge to the Government. *****
 
Record
SN00611433-W 20040630/040628212339 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.