SOURCES SOUGHT
19 -- DDG 51 PSA Execution at Pearl Harbor - Draft RFP for Market Research
- Notice Date
- 9/25/2019
- 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
- N00024-20-R-2310
- Archive Date
- 10/24/2019
- Point of Contact
- James D. Fey, Phone: 2027812197, John Sullivan, Phone: 2027811899
- E-Mail Address
-
james.fey@navy.mil, john.j.sullivan3@navy.mil
(james.fey@navy.mil, john.j.sullivan3@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft RFP for Market Research 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 influencing acquisition strategy and contracting approach 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 51 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 third party support contractors supporting the DDG 51 program. DESCRIPTION SUMMARY Naval Sea System Command (NAVSEA) is issuing an RFI as a means of conducting market research to identify parties having an interest and the capability to accomplish potentially three (3) DDG 51 PSAs in the homeport of Pearl Harbor, HI. PSAs encompasses the correction of Government responsible trial card deficiencies, completion of new work identified between ship custody transfer and the start of PSA, the incorporation of approved engineering changes, and other work items as required by the Government. The magnitude, scope, and complexity of PSAs vary significantly from one PSA to the next since PSA work items are often identified during test and evaluation periods happening just immediately prior to the PSA, among other factors that might influence the work scope. The average prime labor hours expended across the last four DDG 51 PSAs was 92,000 hours, and typically includes additional work scope that is performed by Alteration Installation Teams (AITs) and other outside activities. PSAs are normally accomplished within a period of approximately 14 weeks, but could vary depending on the size of the work package for a given PSA. PSA start and end dates vary with the actual ship delivery schedule and the below projections will likely change. The current projected schedule for the three PSAs are as follows: Estimated PSA Start Estimated PSA End Date DDG 118 September 2021 January 2022 DDG 120 October 2022 January 2023 DDG 121 March 2022 June 2022 The contractor is expected to provide 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. It is anticipated that the PSAs will be conducted pier side at Pearl Harbor Naval Shipyard. The contractor may be expected to provide the following facilities in support of the PSAs: warehouse/storage facilities to accommodate Government Furnished Material, and Equipment, indoor and outdoor production facilities capable of performing marine pre-fabrication, repair, and machining onsite. Secure, environmentally controlled facilities should be available for combat systems and electronics equipment. Government office space may be necessary for the PSA team. Contractor shall complete work and provide access in a manner which affords Government activities, such as the Naval Supervisory Authority, to certify the PSA work performed. An early draft of the solicitation is hereby provided with this RFI announcement to help better inform interested parties of the requirements. Please note that this draft RFP may change considerably, if and when, a final RFP is released since it is such an early draft. SUBMISSION INSTRUCTIONS Interested parties who consider themselves qualified to perform DDG 51 PSAs in Pearl Harbor are invited to submit a response to this RFI by 10:00 AM Eastern Standard Time on 9 October 2019. The responses shall be submitted by e-mail to: NAME TITLE E-MAIL JD Fey Contract Specialist james.fey@navy.mil John Sullivan Contracting Officer john.j.sullivan3@navy.mil Please address the following elements in your response to this RFI: § Organization name, address, e-mail address, web site address, telephone number, type of ownership for the organization, and small business status, if applicable; § Specific points of contact 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 rationale supporting claims of organizational, staff, and facilities capability. § Please address the extent and the trade areas in which significant subcontracting or teaming would be necessary to perform a DDG 51 PSA, detailing which craft/trades, potential work scope areas, or facilities would need to be supplemented in particular. § 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? § Describe your company's interest in the prospective DDG 51 PSA effort and what factors if any will affect your decision to bid on a future solicitation. In particular, please comment on the contract type (cost plus award fee), facets of the statement of work, or any other features of this draft RFP that influences your bid decision, and provide rationale for your response. § Provide the contract number and a government agency point of contact, if available, for the three most recent and relevant past performance citations. § The Government included an early draft RFP with this RFI announcement. Interested parties may submit comments and edits to this draft RFP using track changes and the comment features in Microsoft Word.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-20-R-2310/listing.html)
- Place of Performance
- Address: Pearl Harbor, Hawaii, 96860, United States
- Zip Code: 96860
- Zip Code: 96860
- Record
- SN05459150-W 20190927/190925231153-2a957e3ed4d1e9af47a112e6018e9bd0 (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 |