Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOURCES SOUGHT

J -- USS KIDD (DDG 100) SRA - SELECTED RESTRICTED AVAILABILITY - Sources Sought

Notice Date
2/16/2017
 
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-17-R-0026
 
Archive Date
3/25/2017
 
Point of Contact
Kelly Torres, Phone: 4253045506, Eric C. Niemann, Phone: 4253045522
 
E-Mail Address
kelly.t.torres@navy.mil, eric.c.niemann2@navy.mil
(kelly.t.torres@navy.mil, eric.c.niemann2@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT NOTICE AND REQUEST FOR INFORMATION (RFI) 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. THIS SOURCES SOUGHT NOTICE AND REQUEST FOR INFORMATION (RFI) 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 Selected Restricted Availability (SRA) for the USS KIDD (DDG 100) as part of the U.S. Navy's Surface Ship Maintenance, Repair and Modernization requirements. The USS KIDD SRA period of performance is currently scheduled to commence February 2018 and to complete August 2018. Contract award is currently expected to be made December 2017. The information gained from this Sources Sought and RFI will be utilized to determine whether any Small Business set-aside opportunities exist and to gauge overall market interest in performing this SRA. All Small Business set-aside categories will be considered. 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 KIDD SRA •· Work Package - The Government currently intends to develop a standard Navy SRA DDG work package, to include: structural, electrical, and mechanical repairs, tank preservation and associated repairs, flight deck nonskid, and integration of various ship alterations conducted by other maintenance providers. •· Contract type - The Government intends to award a Firm Fixed Price contract •· Location - Naval Station Everett and in accordance with 10 USC 7299(a) 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: Ms. Kelly Torres at kelly.t.torres@navy.mil and Mr. Eric Niemann at eric.c.niemann2@navy.mil. An email acknowledging receipt will be sent. The deadline to submit responses is 1700 (EST) on Friday, 10 March 2017. 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 1,250 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. CAPABILITIES AND CAPACITY STATEMENT I nterested 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 § 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. •2 § Management Capability and Capacity - Describe your company's experience, and capability in scheduling, managing, and executing a SRA. •3 § Personnel Capability and Capacity - Describe your company's mix and number of trained/qualified trade skill, and project management personnel. •4 § 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 repair of vessels 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). •5 § 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 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-17-R-0026/listing.html)
 
Place of Performance
Address: Naval Station Everett, Washington and in accordance with 10 USC 7299(a), Everett, Washington, 98207, United States
Zip Code: 98207
 
Record
SN04404990-W 20170218/170216234359-7c28b662ecd8f3a049405cf088a21512 (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.