Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
SOURCES SOUGHT

19 -- DDG 51 Post Shakedown Availability Execution Mayport/Norfolk

Notice Date
5/16/2017
 
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
N00024-17-R-2317
 
Archive Date
6/15/2017
 
Point of Contact
Rickeyea Singleton, Phone: 2027814093, John Sullivan, Phone: 2027811899
 
E-Mail Address
Rickeyea.singleton@navy.mil, john.j.sullivan3@navy.mil
(Rickeyea.singleton@navy.mil, john.j.sullivan3@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) / sources sought is for informational and planning purposes only. Any information submitted by respondents as a result of this notice is strictly voluntary. Responses to this RFI may be used in the future determination of an appropriate acquisition strategy for the program. This RFI shall not be construed as a solicitation, request for proposal, request for quote, or as an obligation on the part of the Government. This announcement may or may not translate into an actual procurement(s) in future years. There is no funding associated with this announcement. The Government assumes no financial responsibility for any costs incurred. Third party support contractors providing support to the DDG program may have access to the submitted material/information. Any response to this RFI shall constitute consent to allow access to the submitted material/information by any relevant third party support contractor supporting the DDG program. Submitted material/information will be safeguarded in accordance with the applicable Government regulations. The Naval Sea System Command (NAVSEA) is issuing this RFI as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for accomplishment of DDG 51 PSAs for four (4) DDG 51 Class Ships, two (2) each in the homeports of Norfolk, VA and Mayport, FL. The results of this market research will contribute to determining the acquisition strategy and method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611 Ship Building and Repairing. This is a follow-up to an RFI/sources sought released on FBO.gov on 6 May 2016 ( https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-2330/listing.html ). PSAs are intended to accomplish correction of Government responsible trial card deficiencies; new work identified between ship custody transfer and the start of the PSA; and the incorporation of approved engineering changes which were not incorporated during the construction period and not otherwise the shipbuilder's responsibility. PSAs can vary in scope and complexity. It is common for PSAs to incur approximately 150,000 to 225,000 labor-hours for DDG 51 Class Ships, and typically include additional work scope that is performed by Alteration Installation Teams (AITs) and other outside activities. The PSA is normally accomplished within a period of approximately 10-16 weeks, depending on the size of the PSA work package. The contractor is expected to provide for the necessary program management in order to adequately manage, integrate, and support the entire PSA work scope, including that work scope that is not the responsibility of the contractor to perform. In support of this, a resource-loaded Integrated Master Schedule (IMS) that provides for accomplishment of the total availability work package, including AIT and other outside activity installation modifications will be required. The contractor will be expected to provide adequate facilities for the execution of the PSA. The executing facility should have a security clearance issued by the Defense Security Service at the SECRET level. Contractor is to provide anti-terror/force protection measures employed at the Contractor's facilities in accordance with NAVSEA Standard Item 009-72. Contractor is required to provide sufficient ship pier/berthing facilities for a Flight II A, DDG 51 Class Ship. Warehouse/storage facilities are required to accommodate Government Furnished Material, and Equipment. Additionally, contractor must provide indoor and outdoor production facilities capable of performing marine pre-fabrication, repair, and machining onsite. Power, compressed air, water, and sewage must be available and operational for the entirety of the PSA industrial effort. Secure, environmentally controlled facilities should be available for combat systems and electronics equipment. Government office space and parking is to be provided for the PSA team working onsite. Contractor shall complete work in a manner which affords for Naval Supervisory Authority certification of the PSA. SUBMISSION INSTRUCTIONS Interested parties who consider themselves qualified to perform the herein described efforts in Norfolk, VA or Mayport, FL, or both of these locations, are invited to submit a response to this RFI by 1500 Eastern Standard Time on 31 May 2017 The responses shall be submitted by e-mail to: NAME TITLE E-MAIL Rickeyea Singleton Contract Specialist rickeyea.singleton@navy.mil John Sullivan Contracting Officer john.j.sullivan3@navy.mil Responses shall be limited to 7 pages per location, typed on one side of the page with font no smaller than 12 point characters and 1 inch margins. A page is defined as one side of an 8 ½ by 11 inches sheet of paper. The page count shall not include cover pages, title pages, tables of contents, list of illustrations, tab pages, or glossaries of abbreviations and acronyms. Responses shall address the following: § Organization name, address, e-mail address, web site address, telephone number, and size and type of ownership for the organization; § Points of contact information for one or more company individuals that can answer follow-up market research questions. § 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 and industrial capability, organizations should address the administrative and management structure of such arrangements. § Describe the contractor's dry dock facilities or access to facilities to dry dock the ship for a period of 21-28 days during the PSA. If the contractor does not have a dry dock, but has access to a dry dock, how is this access provided? Is it via a teaming agreement with another contractor, and if so which entity? § Describe the contractor's facilities that are used to complete repair, overhaul, maintenance, and modernization efforts and the nature of ownership of those facilities. If facilities are government owned, what is the nature of the agreement with the government for use of government facilities? If the facilities are owned by another contractor/company what is the nature, terms, and length of the agreement that is in place? § The Government may or may not include the dry dock requirement under this contract. Comment on the extent to which this would influence your involvement on this acquisition. Are there any other Government requirements limiting entry to potential offerors? § Please provide the contract number, contract type, and an agency point of contact if available for the three most recent and relevant past performance citations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-17-R-2317/listing.html)
 
Place of Performance
Address: Norfolk, VA, Mayport, FL, United States
 
Record
SN04510792-W 20170518/170516234949-6b82c548372d35b89def723b27eafbee (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.