Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 19, 2016 FBO #5444
SOURCES SOUGHT

R -- Rolling Airframe Missile (RAM) Launcher refurbishment - SOW

Notice Date
10/17/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-17-S-NU02
 
Archive Date
12/3/2016
 
Point of Contact
Michael A. Kahyai,
 
E-Mail Address
michael.kahyai@navy.mil
(michael.kahyai@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
RTAP SOW OSRP SOW SOURCES SOUGHT N63394-17-S-NU02 NSWC PHD is issuing this sources sought as a means of conducting market research to identify parties having an interest and the capabilities to support a requirement for Rolling Airframe Missile (RAM) Launcher refurbishment. The intent is to procure these services on a competitive basis. Based on responses to this sources sought, this requirement may be Set-Aside for Small Businesses (in full or in part) or procured through full and open competition (multiple awards may be considered). All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACES OF PERFORMANCE San Diego, CA; Bremerton, Everest, WA DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND The RAM ISEA Code S51 is designated as the agency to manage the RAM refurbishment program (Reduce scope Turn-Around Program (RTAP) and On-Ship Refurbishment Program (OSRP) - primarily involving abatement of light to moderate corrosion and repainting of launcher. In accordance with these assignments, Code S51 provides the following: RTAP: Limited component testing (by PHD) is also performed (slip ring continuity and servo motors brake packages). Launcher is removed and transferred to local commercial facility for preservation effort. Launcher foundation is reworked and preserved by same local commercial facility. Launcher removal and reinstallation are performed by PHD. OSRP: Only minimal effort is required for foundation preservation and such, the launcher remains in place. Launcher preservation work is performed by local commercial facility. REQUIRED CAPABILITIES The Contractor shall provide the technical services in support of the areas specified in Program Background. Further detail is provided in the Statement of Work (SOW) attached to this announcement. If your company has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email 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 and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical 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 services 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; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances: Secret Clearance is required after contract award the offeror to have these ready and they need to actually have Secret Clearance at contract award. Include a statement similar to: "A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Secret" Facility Clearance. ELIGIBILITY The applicable NAICS code for this requirement is 541330. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. CAPABILITIES STATEMENT Capabilities statement must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50 percent of the work. Provide an explanation of your company's ability to perform at least 50 percent of the tasking described in the SOW. 6.) Provide a statement including current small/large business status and company profile to include number of employees, office locations, CAGE Code, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUB Zone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. ADDITIONAL INFORMATION The estimated period of performance is TBD with performance commencing TBD. Specifics regarding option periods will be provided in the solicitation. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to michael.kahyai@navy.mil, in either Microsoft Word or Portable Document Format (PDF). All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All questions must be emailed. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-17-S-NU02/listing.html)
 
Place of Performance
Address: San Diego, CA; Bremerton, Everest, WA, United States
 
Record
SN04306084-W 20161019/161017234617-c7cc9b81a53f0930562ce0b81890cdc8 (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.