Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2021 SAM #7015
SOURCES SOUGHT

19 -- DDG 51 PSA in Mayport, FL

Notice Date
2/10/2021 12:17:12 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-21-R-2321
 
Response Due
2/24/2021 7:00:00 AM
 
Archive Date
03/11/2021
 
Point of Contact
Jennifer Ede, Phone: 2027813210, Christopher Pellecer, Phone: 2027813649
 
E-Mail Address
jennifer.ede@navy.mil, christopher.pellecer@navy.mil
(jennifer.ede@navy.mil, christopher.pellecer@navy.mil)
 
Description
DISCLAIMERS 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 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 any relevant third party support Contractor supporting the DDG 51 program. Submitted material/information will be safeguarded in accordance with the applicable Government regulations. 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�resources to support the requirement for the accomplishment of two (2) DDG 51 Post Shakedown Availability (PSAs) that are anticipated to be in the homeport of Mayport, FL. The contemplated contract type is Cost-Plus-Award-Fee, Level of Effort. 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. PSAs encompass 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 can vary significantly from one PSA as work items are often identified during test and evaluation periods, which happen immediately prior to the PSA, among other factors that might influence the work scope. DDG 51 PSAs typically include additional work scope that is performed by Alteration Installation Teams (AITs) and other outside activities. PSAs are normally accomplished within a period of approximately 16 weeks, but could vary depending on the size of the work package for a given PSA. PSA start and end dates vary due to the actual ship delivery schedule. 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 Naval Station Mayport, Mayport, Florida.�� 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. As well as, secure, environmentally controlled facilities should be available for combat systems and electronics equipment. Government office space may be necessary for the PSA team. The Contractor shall complete work and provide access in a manner that affords Government activities, such as the Naval Supervisory Authority (NSA), to certify the PSA work performed. SUBMISSION INSTRUCTIONS Interested parties who consider themselves qualified to perform DDG 51 PSAs in Mayport are invited to submit a response to this RFI by 10:00 AM Eastern Standard Time on 24 February 2021. The responses shall be submitted by e-mail to: Contract Specialist � Jennifer Ede, jennifer.ede@navy.mil Contracting Officer - Chris Pellecer, christopher.pellecer@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. Provide the contract number and a Government agency point of contact, if available, for the three most recent and relevant past performance citations.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0d0a5f6732ea474dbc4af397271811dc/view)
 
Place of Performance
Address: Jacksonville, FL 32228, USA
Zip Code: 32228
Country: USA
 
Record
SN05913983-F 20210212/210210230119 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.