SOLICITATION NOTICE
R -- FY15-FY19 Third Party Advanced Planning support for LPD 17 and LSD 41/49 Class Ships - Third Party Planning Draft Performance Work Statement
- Notice Date
- 10/9/2014
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N00024-14-R-4404
- Point of Contact
- Lisa B. Cohen, Phone: 2029044573, Maria E. Gomez, Phone: 2027815488
- E-Mail Address
-
lisa.b.cohen@navy.mil, maria.e.gomez@navy.mil
(lisa.b.cohen@navy.mil, maria.e.gomez@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Third Party Planning Draft Performance Work Statement The Naval Sea Systems Command (NAVSEA) is preparing a solicitation for the procurement of Third Party Advanced Planning Support requirements for non-nuclear amphibious LPD 17, LSD 41 and LSD 49 Class Ships. The NAVSEA Surface Warfare Fleet Support Office (SEA 21) and the Fleet are responsible for the maintenance and modernization of all non-nuclear surface ship classes of the United States Navy (USN). This solicitation includes all FY15-FY19 Third Party Advanced Planning Support requirements for SEA 21 non-nuclear amphibious assault LPD 17, LSD 41 and LSD 49 surface ships. Market research to determine small business set-aside opportunities was conducted in the form of a Sources Sought notice issued on 20 February 2014 and released via the FBO website. A total of four (4) companies submitted the required information including responses from (3) Large businesses and one (1) Small business concern. Based on the results of the market research and in coordination with NAVSEA's Small Business Office, a decision was made to proceed with an unrestricted solicitation for this effort. The services provided under this Third Party Advanced Planning contract include: Availability Assessment, Availability Planning support, Availability Execution support, Integrated Logistic support, Maintenance Database and Feedback analysis, Special Projects, and Long Lead Time Material (LLTM) procurement and inventory management. A draft Performance Work Statement (PWS) is attached to this pre-solicitation notice. This planning requirement is currently being satisfied, in part, by active Spiral I/II Multi-Ship Multi-Option (MSMO) contracts which will begin a phased expiration of individual contracts beginning June 2015. Norfolk LSD (Non-Docking) N00024-10-C-4401 NAASCO Norfolk LSD Mid-life N00024-09-C-4416 NAASCO San Diego LSD Mid-life N00024-08-C-4410 NAASCO San Diego LPD 17 N00024-10-C-4407 BAE Norfolk LHA/LHD N00024-11-C-4407 BAE San Diego LPD/LSD N00024-12-C-4403 BAE San Diego LHA/LHD N00024-13-C-4404 NASSCO The government intends to solicit this requirement subject to full and open competition following Best Value source selection procedures. A Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) contract type with a Performance Incentive Fee schedule is anticipated. The performance period will span five (5) years and include a one (1) year base, two (2) one-year options, and two (2) one-year award term options totaling sixty (60) months, if all options are exercised. An Organizational Conflict of Interest Clause (OCI) as defined by FAR 9.505 will be included in the resultant solicitation and contract whereas Third Party Advanced Planning prime contractors must be a separate entity from the prime maintenance activity executing the planned work. Execution work includes current Multi-Ship Multi-Option (MSMO) primes and primes competing for evolution strategy prime opportunities for a given ship class. Separate corporate entity could be achieved by separate business units or organizationally separate parts of the same parent company that are separate profit centers. Any subcontracting opportunities may remain available but subject to OCI and proper mitigation plans. The contractor shall certify compliance with the OCI clause or present an acceptable plan to neutralize any potential OCI. The places of performance under this contract include, but are not limited to, the following Fleet Concentration Areas (FCAs): South East Regional Maintenance Center (RMC), Mayport, FL; South West RMC (SWRMC), San Diego, CA; and Mid-Atlantic RMC (MARMC), Norfolk, VA. The contract size is estimated by total planned product (or depot level work item) development volume. This volume is defined by work items that typically support Chief of Naval Operations (CNO) type availability planning, and work items that support Continuous Maintenance (CM) planning. Fiscal Year CNO Availability (Work Items) CM Planning (Work Items) Total Planning (Work Items) 2015 518 480 998 2016 1,166 494 1,660 2017 973 836 1,809 2018 1,885 2,106 3,991 2019 866 2,106 2,972 It is anticipated that the solicitation will be available on the FedBizOpps website at www.fbo.gov at the end of October 2014 and will be open for a minimum of 30 business days. Award is targeted for performance to begin 01 June 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-14-R-4404/listing.html)
- Record
- SN03547271-W 20141011/141009234756-38e983726f4d1925bdb92e8372ff7070 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |