Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 28, 2015 FBO #5087
DOCUMENT

J -- Sources Sought and Industry Day Announcement for Boat Maintenance and support equipment services at Joint Base Pearl Harbor-Hickam - Attachment

Notice Date
10/26/2015
 
Notice Type
Attachment
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
Solicitation Number
N0060416CBOAT
 
Response Due
11/16/2015
 
Archive Date
12/1/2015
 
Point of Contact
Kristen Moody
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT INFO 1. INTRODUCTION: Commander, Navy Region Hawaii (CNRH) in partnership with Naval Supply System Command Fleet Logistics Center Pearl Harbor (NAVSUP FLCPH) is sponsoring an unclassified Industry Day and issuing this sources sought to identify private industry firms with the expertise, capabilities and experience to provide Boat Maintenance Services at Joint Base Pearl Harbor-Hickam on the island of Oahu. Pearl Harbor has operations the scale of a large port city. It is one of the Navys busiest ports, providing services and a safe haven for visiting and home ported Navy ships and submarines. Firms may respond to this sources sought without attending the Industry Day. 2. PERIOD OF PERFORMANCE: The period of performance tentatively consists of a 90 Day phase-in period (to begin 1 July 2016), followed by one (1) base and four (4) options periods. 3. CONTRACT TYPE: Firm-Fixed Price 4. SCOPE: The objective of this contract is to ensure that the Government has the numbers, types and properly configured vessels available when required to meet the Government s operational commitments. The goal of this contract is to have a logistics and maintenance program that ensures timely and effective vessel maintenance, logistic support, equipment maintenance, vessel operation for maintenance purposes, and asset inventory. Services shall be provided on a turn-key basis with the Contractor providing all necessary management expertise, personnel, supplies, tools, equipment, and vehicles (unless specified in this contract as Government furnished equipment). The Contractor shall plan, schedule, coordinate and assure effective completion of all services described in the forthcoming PWS. The nature of the work ranges from vessel overhaul to scheduled and unscheduled maintenance. The principle skills required in the performance of this contract are primarily, mechanics, mechanic s helpers, qualified boat crews, and administrative support personnel. The boat and equipment maintenance contractor shall perform work that includes: - Maintenance services, repair, and modifications to vessels, support equipment, and Government-furnished Equipment (GFE) - Development and implementation of a fuel and POL (Petroleum, Oil and Lubricants) Management Program - Management of vessel spare parts and material inventories - Maintain control of vessel configurations - Management of all hazardous waste generated, to include disposal - Development and implementation of a Safety Program - Development and implementation of a Quality Control Program 5. PWS: It is anticipated that a draft Performance Work Statement (PWS) will be provided as an update to this notice NLT 9 Nov 2015. You are encouraged to review the PWS then submit questions and/or provide any comments to enhance the draft PWS upon its release. 6. MARKET RESEARCH: NAVSUP FLCPH is conducting market research to identify parties and ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice; 2) provide services under a performance based service acquisition contract; and 3) determine the availability of small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Based on the responses to this sources sought and Industry day market research, the requirement may be set-aside for a small business or procured through full and open competition. 7. SUBMISSION INSTRUCTIONS: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 16 November 2015 at 5:00pm (EST). All responses under this Sources Sought Notice must be emailed to Kristen.moody@navy.mil (cc: Elaine.carmody@navy.mil). Submissions shall be no longer than 5 pages. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Please submit the following information: a. Organization name, address and website URL (if applicable) b. Primary POC(s) - Telephone Number and email address c. Business Size and applicable small business classification (i.e. HUBZone, 8(a)) d. Cage Code e. Questions and/or comments regarding the Performance Work Statement (optional). f.Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims. INDUSTRY DAY INFO Registration Due Date: Tuesday, November 3rd, 2015 by 5:00 p.m. (EST) Event Date:Friday, November 13th, 2015 Check-in Begins:0830 Location: Ford Island Conference Center Building 89, Room 2 Hornet Avenue Ford Island, Hawaii 96818 The briefings are open to all in private industry who are interested in the Boat and Equipment Maintenance Services requirement. This event provides Government an opportunity to discuss preliminary requirements with industry firms. The result of this market research will assist in determining the method of procurement. The Government intends to use information provided or received from this industry day, as well as additional market research, to refine the requirement and further develop the acquisition strategy in order to provide the best support to Commander, Navy Region Hawaii-Port Operations at JBPHH. The tentative agenda is as follows: TENTATIVE AGENDA 0830 - 0090Sign-In at Conference Center, Room 2 0900 - 1030 Government Briefings 1030 - 1200 Facility Walking Tour (Building 3) 1200 Industry Day Conference Concludes Parking is available at Ford Island Conference Center as shown on the attached map. Security clearances are not required because the conference will be conducted at the UNCLASSIFIED level. Please limit two (2) representatives per one company as seating capacity is limited. This is a no-fee event. Pre-registration is REQUIRED by Tuesday, November 3rd, 2015. I. Registration Instructions: a. Interested firms qualified to perform the services described are invited to register via e-mail by providing the information required in above paragraph 7(a-e). Additional time is given for the Capability Statement (7f); it must be submitted by 16 November 2015 at 5:00pm (EST). The Subject Line of the registration e-mail should read, Boat Maintenance Industry Day Registration (Fill-in Company Name). b. Conference attendees without a valid DoD Common Access Card (CAC) must coordinate as instructed below to gain access to Ford Island, Hawaii. Failure to follow the procedures will result in denied access. i. Each individual attendee must complete the attached spreadsheet titled Contractor Temp Access Request. Please attach the spreadsheet(s) to the registration e-mail. ii. The Base Access Passes will be distributed via e-mail prior to the event. Upon receipt, please print the passes and show them, along with a valid photo ID, at the Ford Island Gate. It is required that the above registration information be provided no later than Tuesday, November 3rd at 5:00 p.m. (EST). Responses should be emailed to kristen.moody@navy.mil, please courtesy copy Elaine.carmody@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416CBOAT/listing.html)
 
Document(s)
Attachment
 
File Name: N0060416CBOAT_Boat_Maint_Contract_Industry_Day_Annoucement.docx (https://www.neco.navy.mil/synopsis_file/N0060416CBOAT_Boat_Maint_Contract_Industry_Day_Annoucement.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0060416CBOAT_Boat_Maint_Contract_Industry_Day_Annoucement.docx

 
File Name: N0060416CBOAT_Contractor_Temp_Access_Request_-_Boat_Maintenance_Industry_Day.xlsx (https://www.neco.navy.mil/synopsis_file/N0060416CBOAT_Contractor_Temp_Access_Request_-_Boat_Maintenance_Industry_Day.xlsx)
Link: https://www.neco.navy.mil/synopsis_file/N0060416CBOAT_Contractor_Temp_Access_Request_-_Boat_Maintenance_Industry_Day.xlsx

 
File Name: N0060416CBOAT_Ford_Island_Conference_Center_Maps.pdf (https://www.neco.navy.mil/synopsis_file/N0060416CBOAT_Ford_Island_Conference_Center_Maps.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0060416CBOAT_Ford_Island_Conference_Center_Maps.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Joint Base Pearl Harbor-Hickam, Pearl Harbor, Hawaii
Zip Code: 96860
 
Record
SN03930578-W 20151028/151026234338-a4ad0602013a5e9ebfe6c924abadf84a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.