Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2021 SAM #7132
SOURCES SOUGHT

R -- Specification Development & Availability Execution Support (SDAES) Sources Sought

Notice Date
6/9/2021 6:35:08 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-21-R-4201
 
Response Due
6/22/2021 12:00:00 PM
 
Archive Date
07/13/2021
 
Point of Contact
Danielle Wright, Phone: 2027813239, Vincenzo Bianco, Phone: 2027813317
 
E-Mail Address
danielle.p.wright@navy.mil, vincenzo.bianco@navy.mil
(danielle.p.wright@navy.mil, vincenzo.bianco@navy.mil)
 
Description
THIS SOURCES SOUGHT NOTICE 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. PLEASE INCLUDE CAGE CODE WHEN REQUESTING ACCESS TO CONTROLLED INFORMATION. INTRODUCTION This is a sources sought announcement in accordance with FAR 15.201 and in anticipation of a potential future procurement program.� The Naval Sea Systems Command (NAVSEA), Washington DC, is conducting market research and seeking information from potential sources able to provide engineering and technical services to support the U.S. Navy�s non-nuclear surface combatant ship maintenance and modernization advanced planning requirements for Specification Development & Availability Execution Support (SDAES). The results of this Sources Sought will be utilized to determine whether any Small Business set-aside opportunities exist. �All Small Business set-aside categories will be considered. In accordance with FAR 52.219-14, Limitations on Subcontracting, Small Businesses concerns are reminded that in the performance of contracts awarded under small business set-aside procedures, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. BACKGROUND The NAVSEA Surface Warfare Directorate, SEA 21, is responsible for life-cycle management for all non-nuclear surface ship classes of the US Navy including Surface Combatant Warfare Class Ships. �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. The specific engineering and technical requirements that are covered under this Sources Sought notice include, but are not limited to: Availability Planning Support, Availability Execution Support, Integrated Logistic Support (ILS), Availability Assessment Execution, Special Projects, Long Lead Time Material (LLTM) Planning Support, and LLTM Inventory Support. �A draft Statement of Work (SOW) with specific details of the tasks and requirements anticipated for the contract is provided as an attachment to this notice. INCUMBENT This requirement is currently being satisfied in part under the national SDAES contract listed below: Specification Development & Availability Execution Support N00024-21-C-4200 QED Systems, Inc. ACQUISITION STRATEGY The Government is contemplating procuring this effort utilizing a Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) type contract, with a contract duration of one (1) 12-month base year and four (4) 12-month option years. However, the Government is seeking industry input for the best acquisition approach to allow for a 5 year contract.� CAPABILITIES AND CAPACITY STATEMENT Interested parties shall submit a comprehensive Capabilities and Capacity statement that describes the firm�s capabilities and capacity to meet the Government�s requirements including the following: (1) Positive statement of intent to bid as a prime contractor for the requirement. (2) An outline of resources available to accomplish the proposed contract.� Submittals must clearly distinguish in-house resources from sub-contracted resources and include the following areas:� Infrastructure and organization sufficient to process substantial volumes of complex engineering data; operate at high volume, provide rapid turnaround of administrative and technical products; implement project management controls; execute significant multi-tasking; and control costs . Key Personnel: identify appropriate levels and types of expertise in a manner that demonstrates understanding of the requirements in the Performance Work Statement.� Interested parties shall address the following positions: Program Manager, Contract Manager, Project Managers, Quality Assurance Manager, Quality Assurance Specialists, Logisticians (including Integrated Logistic Support, Provisioning and Technical Document support, Material and Warehousing Logisticians, etc.), Cost Analysts, Planners, Estimators, Schedulers, and Ship Check Assessors; and the following technical disciplines: Marine Engineering, Naval Engineering, Mechanical Engineering, Electrical Engineering, Naval Architecture, Computer Engineering, and Software Engineering. Identify all property, equipment, and facilities necessary to perform the requirements outlined in the SOW, including an approach for accessing or maintaining technical information that supports the planning process, material warehousing capacity, and capability for shipping/receiving government furnished material. Interested parties shall be able to provide planning and engineering efforts nationwide and conduct system/equipment validation ship checks in all homeports for each assigned vessel. �If the firm is not able to provide planning and engineering effort nationwide and/or conduct validation ship checks in all homeports for each assigned vessel, explain the reasons for this inability. Provide relevant examples of a quality system defining the capability and approach to ensure quality assurance for all required planning products and processes. Is your company currently able to execute at least 50% of the cost of contract performance, as the Prime, over the life of the contract?� How do you intend to accomplish this?� The Navy wants to ensure that the Offeror understands the level of effort required as a small business or prime contractor.� As part of your answer to this question, please provide your company�s Dun & Bradstreet report, if available.� (3) Does your company have adequate financial resources to perform the contract, or the ability to obtain them? As part of your answer to this question, please answer the following sub-questions. Please describe the financial requirements you expect that your company would have as you stand up the necessary workforce and production materials to complete the contract, and how you'll meet the contract�s correspondent cash flow requirements. Please provide a cash flow statement that will show the sources and uses of funds necessary to complete this contract, in concert with all of your company�s other financial commitments. As part of this cash flow statement, please identify the expected maximum amount of sales outstanding that your company expects you would need to be able to finance prior to reimbursement by the Government. Please explain where the sources of cash flow will come from (be it from Government invoice payments, internal cash reserves, or external financing such as issuing new debt or selling equity). Please demonstrate the extent of your company's current access to credit and your company�s capacity for future credit in terms of unencumbered physical assets. Please tell us the amount of cash and other liquid assets your company has on hand to use as working capital to meet the contract�s cash flow requirements. Please describe how your sources of cash and credit will sufficiently meet your cash flow requirements in concert with other sources. Please explain all the assumptions underlying this cash flow statement. Please discuss your current and future expected financial obligations (in terms of outstanding and future expected liabilities) and your company�s ability to meet them. Please discuss any risks that might inhibit your company�s ability to meet these requirements and how your company is working to mitigate those risks. �(4) Program Management: Program Management and Administration Support to ensure effective cost, schedule, and technical performance is essential to meeting the requirement for delivery of 3PP products.� Describe your company�s program management approach including performing the following activities: Contract Administration Management Technical Instruction Management and Task Management Estimating Financial Reporting Cost and Schedule Performance Metrics Process Improvements On-site planning support to the waterfront homeports as necessary. � (5) Past Performance: Provide relevant past performance information including previous contracts performed in the last five (5) years. �The information provided for each named contract shall include: type of project, total planning items per year, dollar value, location, Point of Contact (including name, title, phone number and email address), section(s) of the Performance Work Statement that corresponds to the past performance information provided. If the work was accomplished as a prime contractor, please indicate the percentage of work, if any that 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 past performance information submitted is for effort other than that provided in support of U.S. Naval Surface Fleet Vessels, explain (no more than 1-page in length) how that experience will enable the firm to successfully meet the requirements of the contemplated contract(s).� (6) If an interested party is contemplating being part of a joint venture, state names of the joint venture members and their business size and describe the intended roles and responsibilities of each member as it relates to the Performance Work Statement. (7) State the firm�s current clearance level, if any, for facilities and personnel.� (8) Accounting Methodology: Sound financial tools and practices such as a certified accounting system, approved purchasing system, and Disclosure Statement are required to provide proper billing to the Navy. In addition, the accounting system would be used to manage the business with vendors as required.� While it is important to have an integrated schedule, it is equally important to have cost controls in place.� The contractor will submit timely invoices/vouchers to the Navy by Contract Line Item (CLIN), Contract Subline Item (SLIN), and Accounting Classification Reference Number (ACRN) level.� Cost of performance shall be segregated, accumulated, and invoiced to the appropriate ACRN categories.� What certified accounting system and other best practice accounting methodology does your company currently use? The Government is not requesting interested parties to provide brochures and/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.� SUBMISSION DETAILS: Responses to this notice should not exceed twenty (20) single-sided (Times New Roman, minimum 12 font) pages and should include a cover letter (not counted towards the 20-page limit) with the following information: (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 size (Small or Large), in accordance with the North American Industry Classification System (NAICS) code 541330, size standard is $38.5M; (3) if a Small Business, specify if your company is any of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Small Business concern; (d) Woman-Owned Small Business; or (e) Economically Disadvantaged Woman-Owned Small Business. Submissions shall be in Microsoft Word or Adobe Acrobat (5MB limit) and shall be sent electronically to: Lisa Carll, Contracting Officer, at lisa.carll@navy.mil, Danielle Wright, Contract Specialist, at danielle.p.wright@navy.mil, and Vincenzo Bianco, Contract Specialist, at vincenzo.bianco@navy.mil.� An email acknowledging receipt will be sent within 1 business day to each individual submission.� The deadline to submit responses is 1500 (EST) on Tuesday, 22 June, 2021.��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/279015d80e4942a2bda1e6faf99ea5d9/view)
 
Place of Performance
Address: Virginia Beach, VA 23455, USA
Zip Code: 23455
Country: USA
 
Record
SN06027125-F 20210611/210609230122 (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.