SOLICITATION NOTICE
J -- SHIPPINGPORT (ARDM 4) FY22 Docking Service Craft Overhaul (DSCO)
- Notice Date
- 1/13/2022 8:26:12 AM
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024R22R4319
- Response Due
- 1/28/2022 11:00:00 AM
- Archive Date
- 07/31/2022
- Point of Contact
- Christiana Sapp, Phone: 2027815375, Diana Hutchinson, Phone: 7033078191
- E-Mail Address
-
christiana.sapp@navy.mil, diana.l.hutchinson@navy.mil
(christiana.sapp@navy.mil, diana.l.hutchinson@navy.mil)
- Description
- PRESOLICITATION NOTICE/ SYNOPSIS The following are fill-ins on sam.beta.gov: Solicitation Number: N00024-22-R-4319 Notice Type: Presolicitation Response date: Input date which is at minimum 15 calendar days after posting synopsis Classification code: J019 NAICS Code: 336611 -- Ship Building and Repairing Place of Performance: USA Description to be posted into sam.beta.gov: The Naval Sea Systems Command (NAVSEA) intends to issue a solicitation for the FY22 floating Dry- Docking Service Craft Overhaul (DSCO) Availability of the Shippingport Medium Auxiliary Repair Dock (ARDM-4). Shippingport (ARDM-4) is a Government Owned Contractor Operated (GOCO) vessel, for which General Dynamic Electric Boat (GDEB) is currently the prime contractor, to operate and conduct periodic and corrective maintenance to the floating dry dock. The DSCO Availability will include a combination of maintenance, modernization, and repairs, and is expected to require a highly capable contractor with substantial facilities to include a dry-docking facility capable of accommodating the Shippingport (ARDM-4), and personnel capable of completing, coordinating, and integrating multiple areas of vessel maintenance, repair, and modernization. If the Navy issues a solicitation for this CNO Availability, then government will rely on the Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy Marine Corps Acquisition Regulation Supplement (NMCARS) for the development and execution of the acquisition. In accordance with 10 U.S.C. �8669a, a contract for short-term work for the overhaul, repair, or maintenance of a naval vessel is required to be performed at the homeport of the vessel, provided there is adequate competition. 10 U.S.C. �8669a defines �short term work� as work that will last a period of ten months or less. Since the production period for the Shippingport (ARDM 4) DSCO Availability is less than or equal to 10 months in duration, it is expected that this availability will be competed among firms able to perform the work at the homeport. �In the event that there is inadequate competition, NAVSEA intends to extend competition to the East Coast-wide area and if necessary, extend to the Gulf Coast. The planned availability is expected to begin March 2022 and end in January 2023 (approximately 10 months); the Naval Submarine Base New London of Groton, Connecticut is the homeport. �If two or more small business concerns are determined to be capable of competing for this requirement, then the procurement will be established as a Small Business Set-Aside in accordance with FAR 19.502-2(b). �If the procurement is not set aside for small businesses, then the procurement will be done on a full and open competition basis.� The overhaul will require work to be completed by a contractor in accordance with the Work Requirements List that covers: (1) class maintenance plan, (2)�modernization, and (3) ships 2 kilo generated force automated work request to the floating dry dock. The planned availability is expected to be approximately 10-months in duration, beginning March 2022 and ending in January 2023. When the Shippingport goes offline and is ready to begin its DSCO availability in March 2022 it will enter into a 60-day unencumbered preparation period during which the Navy�s Nuclear Regional Maintenance Department (NRMD) will conduct swipes to clear the dock and the Naval Surface Warfare Center- Philadelphia Division (NSWC-PD) will be contracted to remove and conduct the overhaul of two rail cranes that operate on the wing walls of Shippingport. The awarded contractor will conduct ship checks, develop an Integrated Maintenance Plan, and the Navy will make tow preparations as required. At the completion of the 60-day unencumbered preparation, the Navy will commence the towing of the Shippingport at approximately the first week of May 2022 (weather dependent). It is estimated that the tow will take approximately 3-5 days (location dependent), arriving at the location where the production part of the DSCO will commence. �The execution of DSCO availability will cover all work included in the FY 22 DSCO Work Requirements List which will be an attachment to the contract. Upon completion of the production phase, the Navy will make the dock ready for towing in January 2023, and Shippingport will be towed back to the homeport of SUBASE New London, CT. Once Shippingport arrives at the homeport, NSWC-PD will reinstall the rail cranes. The Navy would issue the solicitation�electronically on www.beta.sam.gov and interested parties must comply with that solicitation. �Interested offerors are hereby encouraged to monitor www.beta.sam.gov for the anticipated release of the solicitation, and any associated amendments. Offerors shall be registered in the System for Award Management (SAM) to be eligible for award. This synopsis is hereby issued in accordance with FAR 5.203(a)�and shall not be construed as a commitment by the Government to issue a�solicitation or award a contract. The Government will not accept proposals as a result of this synopsis. The Government will not reimburse respondents for any questions submitted or information provided in response to this notice. �� The Government anticipates issuing�a Firm-Fixed Price solicitation on or around January 28, 2022. In response to a resulting solicitation, all responsible sources may submit a proposal, which shall be considered by the Navy. The Government anticipates making a single award on or around July 2022.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/26ba222cbe904a9eac0d0596b30c4ab1/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06216800-F 20220115/220114120841 (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 |