Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOURCES SOUGHT

J -- USS GRIDLEY (DDG 101) DRY-DOCKING SELECTED RESTRICTED AVAILABILITY

Notice Date
5/7/2015
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A-15-R-5018
 
Archive Date
6/6/2015
 
Point of Contact
Eric Niemann, Phone: 425-304-4625
 
E-Mail Address
eric.c.miemann2@navy.mil
(eric.c.miemann2@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SOURCES SOUGHT NOTICE IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT FROM RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY, AND NO MONETARY COMPENSATION WILL BE PROVIDED FOR RESPONSE PREPARATION. INTRODUCTION Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS&IMF), Everett Detachment, is seeking information from potential sources able to complete a Dry-docking Selected Restricted Availability (DSRA) for the USS GRIDLEY (DDG 101) as part of the U.S. Navy's Surface Ship Maintenance, Repair and Modernization requirements. The USS GRIDLEY DSRA period of performance is currently scheduled to commence September 2016 and to complete April 2017. Contract award is currently expected to be made July 2016. The results of this Sources Sought request will be utilized to determine whether any Small Business set-aside opportunities exist and to gauge overall market interest in performing this DSRA. All Small Business set-aside categories will be considered. In accordance with FAR 52.219-14, Limitations on Subcontracting, Small Business concerns are reminded that in the performance of contracts awarded under small business set-aside procedures, at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials, shall be performed by the concern. BACKGROUND PSNS&IMF Everett Detachment is responsible for life-cycle management for all non-nuclear surface ship classes of the US Navy home ported at Everett, WA. In-service life cycle support of these ships comprises: integrated planning, programming, and execution of the maintenance and fleet modernization program, including the provision of all technical and logistics support required to maintain, modernize, and improve performance of these ships. ANTICIPATED WORK PACKAGE AND CONTRACT DETAILS FOR USS GRIDLEY DSRA • Work Package - The Government currently intends to utilize a standard Navy DSRA DDG work package, to include: dry-docking, maintenance and repair of shafting, underwater hull, sea valves, sonar dome and installation of various ship alterations • Contract type - The Government intends to award a Firm Fixed Price contract • Location - The Government intends to limit consideration for contract award to a Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) Prime Contractor located in the Puget Sound region with access to a NAVSEA certified dry-dock capable of docking a DDG • Vessel's Characteristics: - TONNAGE: 9200 LT - LENGTH: 509'6" - WIDTH/BEAM: 66' SUBMISSION DETAILS: Responses to this notice should not exceed ten (10) single-sided (Times New Roman, minimum 12 point font) pages and should include a cover letter (not counted towards the 10-page limit) with the following information. Submissions shall be in Microsoft Word or Adobe Acrobat (5MB limit) and shall be sent electronically to: Eric Niemann at eric.c.niemann2@navy.mil. An email acknowledging receipt will be sent within 1 business day to each individual submission. The deadline to submit responses is 1700 (EST) on 01 June 2015. COVER LETTER 1. Business name, address, CAGE code and DUNS number; and Point of Contact including name, phone number and email address responsible for submission; 2. Company Website 3. Company size (Small or Large), in accordance with the North American Industry Classification System (NAICS) code 336611, size standard is 1,000 employees; 4. If a Small Business, specify if your company is any of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUB Zone Small Business; (c) 8(a) Small Business concern; (d) Woman-Owned Small Business; or (e) Economically Disadvantaged Woman-Owned Small Business. 5. NAVSEA certified Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair Contractor (ABR) status. CAPABILITIES AND CAPACITY STATEMENT Interested parties shall submit a comprehensive Capabilities and Capacity statement that describes the firm's capabilities and capacity to meet the Government's requirements. The statement should quantify capabilities and capacity to the greatest extent possible so that the Government can determine Contractor's capabilities in order to determine whether and to what extent a small business set aside is viable. To that end, provide the following information: 1. Positive statement of intent to bid as a Prime Contractor and has access to a NAVSEA certified dry-dock capable of docking a DDG. 2. Facilities Capability and Capacity - Describe your company's production, technical equipment and facilities, or the ability to obtain them. Please describe the certification status of the production and technical equipment and facilities. Please also describe your company's ability to store and manage LLTM/GFM material. 3. Management Capability and Capacity - Describe your company's experience, strategy, and capability in scheduling, managing, and executing a DSRA. 4. Personnel Capability and Capacity - Describe your company's mix and number of trained/qualified trade skill, and project management personnel. 5. Corporate experience: Provide relevant information about your corporate experience, including a narrative description of the experience and identification of contracts performed in the last three (3) years. Describe your company's experience performing Availabilities in both the complexity and volume. Relevant Examples - The information provided for each named contract shall include: type of project, dollar value, location, Point of Contact (including name, title, phone number and email address). If the work was accomplished as a prime contractor, please indicate the percentage of work, if any, which was subcontracted. If the work was performed as a subcontractor, indicate the percentage and dollar value of the work performed. If the interested party has no relevant experience on U.S. Navy Surface Fleet Vessels, projects on other Government vessels and private industry projects may be submitted. If the experience information submitted is for effort other than that provided in support of U.S. Naval Surface Fleet Vessels, explain how that experience will enable the firm to successfully meet the requirements of the contemplated contract(s). 6. If an interested party is contemplating being part of a joint venture or creating team arrangements, state names of the joint venture or teaming arrangement members and their business size and describe the intended roles and responsibilities of each member as it relates to the work described herein. The Government is not requesting interested parties to provide brochures and/or generalized sales-pitch language. Capability and Capacity information shall be specific (quantified as appropriate) and not theoretical in nature to the greatest extent practicable. For instance, a notification of intent to partner with numerous firms to acquire appropriate resources should be supported with formal agreements and/or letters of intent as well as a provision of projects where the parties have successfully teamed together in the past.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A-15-R-5018/listing.html)
 
Place of Performance
Address: Naval Station Everett, 2000 W Marine View Drive, Everett, Washington, 98201, United States
Zip Code: 98201
 
Record
SN03723228-W 20150509/150507234548-18b5ea536b895a5af954d069acc01784 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.