SOURCES SOUGHT
J -- Multiple Award Contract (MAC)-Repair and Maintenance
- Notice Date
- 6/24/2016
- 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-16-R-0025
- Archive Date
- 7/23/2016
- Point of Contact
- Bart Franklin, Phone: (360) 476-4572, Stephanie Rosenthal, Phone: (360) 340-2741
- E-Mail Address
-
bart.franklin@navy.mil, stephanie.rosenthal@navy.mil
(bart.franklin@navy.mil, stephanie.rosenthal@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought Announcement Multiple Award Contract (MAC)-Repair and Maintenance Anticipated Solicitation Number: N4523A-16-R-0025 Agency: Department of the Navy Office: Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS&IMF) Location: Bremerton, Washington This is a sources sought announcement in accordance with FAR 15.201 and in anticipation of a potential future procurement program. The Department of the Navy, PSNS & IMF, Industry Management Department, Code 400, is conducting market research to determine industry capability and interest in performing depot-level maintenance and repair requirements for waterborne vessels, aircraft carriers, surface ships, and submarines home ported in Bremerton, Keyport, Bangor, and Everett, Washington, or the Puget Sound Washington area of responsibility (AOR). The local geographic locations normally encompassed by the Puget Sound Washington AOR include the above-mentioned vessels/craft in port or operating north of San Francisco, California, to the northern Pacific/Alaska area. Potential work may include the following: Maintenance & Repair Availabilities, Selected Restricted Availabilities (SRAs), Phased Maintenance Availabilities (PMAs), Restricted Availabilities (RAVs), Technical Availabilities (TAVs), Emergent Non-Scheduled repairs, and alterations requirements between scheduled availabilities. The trade skills will typically include, but are not limited to: welding (steel and aluminum); pipefitting; shipfitting; blasting; painting; sheet metal forming; shaping; cutting and stamping; electrical/electronic modernization; electrical/electronic alteration; pump/motor and mechanical repair; tank cleaning; rigging; and temporary scaffolding removal/installation. In order to be eligible for the award of any contract resulting from this market research, the offeror must have an existing Master Agreement for Repair and Alteration of Vessels (MSRA) or Agreement for Boat Repair (ABR), or be capable of obtaining approval through Naval Sea Systems Command's (NAVSEA) application process. The Government is contemplating a 100% small business set-aside (North American Industry Classification System (NAICS) 336611, size 1,250 employees) of an Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award type contract(s) (MAC), with Firm-Fixed Price (FFP) delivery orders anticipated to begin in January 2017. The resultant IDIQ contract is anticipated to have a five-year period of performance. Each IDIQ contractor will be given a fair opportunity to be considered for every delivery order in accordance with FAR 16.505(b). Under this contract, each FFP delivery order will specify details of the requirement including work specifications, period and place of performance. What/Where to Submit: Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. Please hand or digitally sign your letter of interest and e-mail it to the Government contacts listed below, with "PSNS&IMF MAC Repair Sources Sought Response" in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements identified above, and answers to the following specific questions. Please limit your response to no more than 5 pages. 1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,250 or less employees)? 2. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance. 3. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? In addition to the previous question, please answer the following sub-questions: a. Is your company currently NAVSEA Master Ship Repair Agreement (MSRA) certified? b. Is your company currently NAVSEA Agreement for Boat Repair (ABR) certified? 4. Given the work described in this announcement, please describe your company's historical experience completing work on NAVY vessels, or briefly describe how your company would be capable of meeting these requirements as of contract award. 5. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the PSNS&IMF MAC Repair? When to Submit: Responses are requested no later than 2:00 PM Pacific, on 8 July 2016. Notice Regarding Sources Sought: Please note that this sources sought is for information purposes and to identify potential sources. This notice does not constitute an Invitation for Bid (IFB) or Request for Proposal (RFP), and is not to be construed as a commitment by the Government of any kind. The Government will not pay for any effort expended or any material provided in response to this announcement or any follow-up information requests, nor will the Government return any data provided. Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. PSNS&IMF may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. This sources sought announcement is released in accordance with FAR 15.201. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract. No telephone inquiries will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time. Future information, if any, will be posted at the FedBizOpps.gov website. Contracting Officer Address: Puget Sound Naval Shipyard Code 440, 1400 Farragut, Bremerton, WA 98314-5001 Point of Contact: Primary: Bart Franklin, Contract Specialist, bart.franklin@navy.mil Alternate: Stephanie Rosenthal, Contracting Officer, stephanie.rosenthal@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A-16-R-0025 /listing.html)
- Record
- SN04161571-W 20160626/160624234608-5eb0e71ef9a5796000b22e1ba803b058 (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 |