Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 03, 2021 SAM #7307
SOURCES SOUGHT

J -- Shop Support

Notice Date
12/1/2021 1:02:03 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A22R0804
 
Response Due
12/15/2021 5:00:00 AM
 
Archive Date
12/30/2021
 
Point of Contact
Chris Davidson, Andrew M. Skelley
 
E-Mail Address
christopher.t.davids@navy.mil, andrew.skelley@navy.mil
(christopher.t.davids@navy.mil, andrew.skelley@navy.mil)
 
Description
Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), Bremerton, Washington is issuing this Sources Sought to identify interested parties for a future supply contract. PSNS & IMF anticipates a Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for qualified shop support trades to support the repair, maintenance and alteration requirements for U.S. Navy waterborne vessels, surface ships and submarines visiting or home ported in Bremerton, Everett, Keyport and NSB Bangor (Silverdale), Washington. The intention is to procure this requirement on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made.� All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. This Sources Sought is for informational planning purposes only. This Sources Sought does not commit the Government to contract for any supply or service. The Government will not pay for any effort expended or any material provided in response to this announcement. All costs associated with responding to this Sources Sought are solely at the responding parties' expense. The Government will not be obligated to pursue any particular acquisition alternative because of this Sources Sought. Not responding to this Sources Sought does not preclude participation in any future solicitation, if one is issued. PSNS & IMF is seeking to identify sources with the capability to provide the following trades: Shipfitter/Lead Worker Sheetmetal Welder: Structural Fire Watch Inside Machinist: Bench Mechanic Outside Marine Machinist Marine Electrician Marine Pipefitter Marine Insulator/Lagger Shipwright Blaster (C-7) Sprayer (C-12) Blaster (C-7)/Sprayer (C-12) Temporary Services Electrician Temporary Services Pipefitter Temporary Services General Maintenance Riggers Additional trade specifications can be found in attached draft Statement of Work (SOW). If your organization has the potential capacity to perform these contract requirements, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statement 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 capability, organizations should address the administrative and management structure of such arrangements. The capabilities statement shall be no more than ten (10) pages in length in Times New Roman font of not less than 10 font size. The capabilities statement should address the following items: What type of work has your company performed in the past in support of the same or similar requirement? Capability to support each trade. This may include all trades or specific trades. Can or has your company managed a task of this nature? If so, please provide details. Can or has your company managed a team of subcontractors before? If so, provide details. What specific technical skills does your company possess which ensure capability to perform the tasks? Please note that under a Small-Business Set-Aside, in accordance with FAR52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance.� Provide an explanation of your company�s ability to perform at least 50% of the tasking described in the draft SOW for the base period as well as the option periods. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, CAGE code etc. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. The Government will evaluate market information to ascertain potential market capacity to 1) provide capabilities consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation. The applicable NAICS code for his requirement is 336611. The product service code is J999.� Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Feedback for any suggested additions or changes to the draft SOW should be submitted via Microsoft word file or PDF of the draft SOW with feedback annotated legibly.� This feedback will not count against the ten (10)-page limit of the capabilities statement.�� � The deadline for response to this request is no later than 0800 (PST), 15 December 2021.� All responses under this sources sought notice must be e-mailed to christopher.t.davids@navy.mil and Andrew.skelley@navy.mil. �� The estimated period of performance consists of a five-year ordering period with performance commencing in September 2022.� All offerors must be registered with System for Award Management (SAM) to receive award of Government contracts. Offerors are advised also that SAM Representation and certifications can be completed electronically via System for Award Management website at https://www.sam.gov. Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. PSNS & IMF may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. This sources sought announcement is for informational and planning purposes only, will not be considered as offer by the responding contractor and cannot be accepted by the Government form a binding contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5f2fa93ce3d942c389591e356b3e45a0/view)
 
Place of Performance
Address: Bremerton, WA 98314, USA
Zip Code: 98314
Country: USA
 
Record
SN06189093-F 20211203/211201230118 (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.