Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2015 FBO #5130
SOURCES SOUGHT

19 -- DDG 1000 Post-Delivery Execution Yard - Sources Sought

Notice Date
12/8/2015
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
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
N00024-16-R-2321
 
Archive Date
1/22/2016
 
Point of Contact
Stacy M. Crisman, Phone: 2027814081, Richard W. Rossi, Phone: 2027815209
 
E-Mail Address
stacy.crisman@navy.mil, richard.w.rossi@navy.mil
(stacy.crisman@navy.mil, richard.w.rossi@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea System Command is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Execution Yard work for the Post Delivery Availability (PDA) and Post Shakedown Availability (PSA) for DDG 1000 (ZUMWALT), DDG 1001 (MICHAEL MONSOOR), and for DDG 1002 ( Lyndon B. Johnson ) to be performed at their homeport, San Diego, CA. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611 Ship Building and Repairing. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform the above described efforts, further detailed in Appendix 1, please provide the following information: 1) Organization name, address, e-mail address, web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, facilities and staffing capability. If significant subcontracting or teaming (>20%) is anticipated in order to deliver technical and industrial capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to 1) provide efforts consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of personnel and risk mitigation. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. In accordance with FAR 52.219-14, should the prospective contract be competed as a small business set aside, the prospective offeror would be required to perform at least 50% of the cost of manufacturing, to include industrial work, planning, engineering, and program management. If you are a small business, include a description of your plan to meet the requirements listed in Appendix 1 within the capability statement portion of your submission. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the objectives described herein are invited to submit a response to this Sources Sought Notice by 1500 EDT on 07 January 2016. All responses under this Sources Sought Notice must be emailed to stacy.crisman@navy.mil, Subject: Solicitation N00024-16-R-2321. Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. Please choose one of the methods below to submit your response: 1. For electronic file sizes over 5 MB upload and submit your response to the Safe Access File Exchange (SAFE) application (https://safe.amrdec.army.mil/safe/). Please follow the steps below: Proceed as a Guest user by clicking on "I do not have a CAC or this machine is not configured to read my CAC and I would like to access SAFE as a Guest User" Fill in all required fields Upload your RFI response and grant file access to the following email address: stacy.crisman@navy.mil Click the "Submit" button 2. For electronic file sizes fewer than 5 MB send by email to stacy.crisman@navy.mil, Subject: Solicitation N00024-16-R-2321. 3. Submit digital copies of files on CD or DVD by mail. Include two digital copies (e.g., 2 CD's or 2 DVD's). Mailing address: Naval Sea Systems Command, Attn: Ms. Stacy Crisman, 5W-1211, 1333 Isaac Hull Ave SE, Washington, DC 20376. Please label your package with the solicitation number N00024-16-R-2321. Note: Preferred method of sending in responses for all electronic file sizes is by the SAFE application; however, responses will be accepted by email and mail as described above. APPENDIX 1: Purpose and Objectives The purpose of this contract is to provide management, labor, material and facilities, as required, to accomplish Execution Yard work for Ship Post Delivery Availabilities (PDAs), Post Shakedown Availabilities (PSAs), and Emergent Work onboard the DDG 1000 (ZUMWALT), DDG 1001 (MICHAEL MONSOOR) and DDG 1002 ( Lyndon B. Johnson ). The PDA is intended to complete the installation of the Combat Systems equipment, complete fitting out, and to correct design-related deficiencies to support Mission Systems Activation (MSA), Post Delivery Test & Trial (PDT&T), and DDG 1000 Operational Evaluation (OPEVAL). The PSA is intended to correct deficiencies and accomplish system/equipment upgrades identified during ship PDT&T and shakedown periods. Separate from this anticipated contract, a Planning Yard will manage a comprehensive process for work specification development, and selected material procurement to support PDA/PSA and Emergent Work. The PDA and PSA onboard DDG 1000, DDG 1001, and DDG 1002 will take place at their homeport, San Diego, CA. The execution efforts for the PDA/MSA, exclusive of any emergent work, will take approximately 850,000 labor hours on DDG 1000, 750,000 labor hours on DDG 1001, and 600,000 labor hours on DDG 1002 and each effort will last approximately 15 months. Approximately four to six months of this work is expected to be conducted at the contractor's facility. The remainder of the availability is expected to be conducted at Naval Base San Diego. The execution efforts for the PSA, exclusive of any emergent work, will take approximately 400,000 labor hours on each DDG 1000, DDG 1001, and DDG 1002, and each effort will last approximately five months. Emergent work is estimated at 400,000 hours throughout PDT&T and shakedown periods. For information purposes, the breakdown by craft/trade set forth below reflects the Navy's anticipated labor mix to accomplish the total PDA/PSA work packages and program execution for DDG 1000, DDG 1001, and DDG 1002: CRAFT/TRADE PERCENTAGE OF TOTAL LABOR Program Management 18% Shipfitters 7% Machinists 5% Preservationists/Safety 6% Electrical/Electronic 31% Pipefitters 5% Painters 8% Riggers/Crane 3% Stagers 9% Carpenters 1% Composite 1% Welders 6% Total 100% The following summarize the major requirements contemplated for the above outlined scope of work: 1. Management, Planning, Engineering, Design, Liaison, Scheduling: The Execution Yard is responsible for detailed schedule integration, manning resource allocation, material management, and execution of work items. Also, the Execution Yard will need to incorporate emergent work, as identified during various tests and inspections, into the scheduled availabilities. 2. Labor and Material: Efforts include those craft/trade categories listed above in the percentage of total labor breakdown. Government Furnished Material (GFM) will be delivered to the Execution Yard in advance of the PDA/PSA, and pre-staged by the Execution Yard in their warehouse, in preparation for PDA/PSA. Material provided by the executing yard will include all material required to accomplish specified work not specifically called out as GFM, to include incidental, or consumable materials, such as nuts, bolts and washers, pipe insulation, welding rods, pipe hangers, paint brushes, cable hangers and studs, cable stuffing tubes and fittings, and any contractor furnished material required to accomplish work. Note: The Execution Yard will conduct tests, except those designated as Government responsible, and participate in Post Repair Sea Trials to verify the accuracy and completion of all shipyard industrial work. 3. Facilities: The Execution Yard must provide the following facilities in order to execute the PDA/PSA scope of work: (1) Production Shops; (2) Secured and controlled environmental facilities for combat systems and electronics; (3) Warehouse/storage facilities to accommodate pre-positioning and long lead time material; and (4) Office space for Government and support teams (5) pier space for the ship during industrial execution and 4160V power to the ship. The Execution Yard should also indicate its capability to provide dry dock services if required. Please describe your available facilities or your plan to secure necessary facilities in response to this Sources Sought notice. 4. Past Performance: Please describe relevant and comparable prime contract and subcontract work. The Government shall consider as relevant any work on amphibious ship and surface combatant ship availabilities performed within the preceding three years. Emphasis will be placed on industrial efforts with significant work package growth that demonstrate an offeror's ability to successfully accomplish large, dynamic, intensive availabilities within the ship's homeport. Please include any past experience working with composite materials and electrical systems integration. 5. Additional Requirements: Due to the prospective dollar value and contract type of this potential contract, it is expected that the potential contract will contain requirements for an acceptable Accounting System (DFARS 252.242-7006).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-2321/listing.html)
 
Place of Performance
Address: San Diego, California, United States
 
Record
SN03963805-W 20151210/151208234347-c6eb0aead914c1a1f8e680ebd92c42b8 (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.