Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2022 SAM #7513
SOURCES SOUGHT

19 -- DDG 51 Class Destroyer and FFG 7 Class Frigate Planning Yard Support

Notice Date
6/24/2022 4:43:58 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
N00024-22-R-4212
 
Response Due
7/24/2022 11:00:00 AM
 
Point of Contact
Quinell Watson, Phone: 2027813199, Victoria Hill, Phone: 2028348351
 
E-Mail Address
quinell.l.watson.civ@us.navy.mil, victoria.m.hill20.civ@us.navy.mil
(quinell.l.watson.civ@us.navy.mil, victoria.m.hill20.civ@us.navy.mil)
 
Description
This is a Sources Sought Announcement in anticipation of potential Planning Yard Services contracts in support of Arleigh Burke class guided missile destroyers (DDG-51). The Naval Sea Systems Command (NAVSEA) is conducting market research to determine industry capability and interest in the Planning Yard Services for the aforementioned ship class. The DDG-51 Class Planning Yard provides technical and engineering support for 69 DDG-51 Class in service ships.� These services are currently provided under contract N00024-19-C-4452, which was awarded on a sole source basis in January 2019. The efforts provided under this contract includes, but is not limited to, Planning Yard technical and engineering support services as delineated in the Navy Modernization Program Management Oversight Manual NAVSEA SL720-AA-MAN-030 Revision 4.� In addition to the services delineated in the NMP Manual, historically the planning yard contracts also provide: alteration design and planning, systems platform integration, logistics and configuration management support, CNO availability planning and execution, including availability duration analysis, material procurement support, on-site technical support, and maintenance and repair support. NAVSEA is especially interested in determining small business technical capability and interest in performing these Planning Yard support services on DDG-51 class ships. These activities will begin at contract award and continuing for a period of performance of five years: one base year plus four one-year options.� It is expected that the services for this contract will have an annual requirement of approximately 1,200,000 man-hours in support of: the development of Ship Installation Drawings (approximately 4000), detailed Availability Analyses for CNO Modernization Availabilities (approximately 20), on-site home port representation (up to 7 locations, including OCONUS), and involve the procurement, storage and kitting of over $65M of Long Lead Time and alteration installation support material. The Government has provided a Statement of Work Objectives as an attachment to this Announcement. Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth on this Announcement, and answer the following questions. Please limit your response to no more than 15 pages. Is your company a small or large business as defined by the Small Business Administration (SBA)? How many employees does your company have? Does your company have a website? If so, what is your company�s website address? Does your company have adequate financial resources to perform one or both of the contract(s), 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. If subcontracting is anticipated, demonstrate your company�s experience in successfully managing subcontracts, and provide a detailed description of how your company (as prime contractor) will guarantee the performance and participation of any potential subcontractor(s). What are the expected levels of subcontracting, and what specific efforts will be subcontracted? Will your company, given all provided information, be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments? Rapid Platform Design Integration of Critical Mission Ready Technology. ��A core competency of the DDG Planning yard is the development of platform integration products to enable installation of critical technology to meet AEGIS Integrated Warfare Systems and C5I strategic requirements as well as ship sustainment, service life extension and cost reduction initiatives during Major Modernization Availabilities and other Windows of Opportunity Availabilities on DDG-51 Class Ships.� The following questions relate to that competency:�� What is your company�s experience/strategy in applying a full range of ship construction and post-delivery technical support experience of platform modernization integration products (e.g. Ship Installation Drawings, Selected Record Documents, Weight/Stability reports) in accordance with the requirements of the Navy Modernization Process? Have you ever performed specific Planning Yard work for a ship class? Discuss your established processes and procedures for integrating design development and material procurement including discussion of computer aided models and tools utilized. Configuration Management.� Planning Yards are the Navy designated Configuration Data Manager for their assigned ship class.� What is/would be your company�s experience/strategy in performing planning yard class configuration management tasks including Ship Configuration Logistics Support Information System (SCLSIS) support; Configuration Data Management (CDM) and Provisioned Items Ordering? Successful execution of modernization and maintenance during CNO Availabilities.� The Planning Yard must be capable of ensuring the successful installation execution of modernization products by providing planning, material procurement support and a highly competent and responsive on site team during ship availabilities.� What is your company�s experience/strategy in coordinating with Regional Maintenance Centers and Shipyards, performing availability execution support tasks such as availability integrated planning, long lead time material procurement and waterfront technical and logistics support? Infrastructure. The Planning Yard is required to have automated processes, tools and integrated data bases in place to ensure the efficient and cost effective execution of assigned tasks.� Describe your company�s experience with establishing and managing the following infrastructure elements: Hull Management System to track individual ship maintenance and modernization plans and engineering planning efforts including each ship's original baseline configuration, to provide a starting point for all subsequent maintenance and modernization, an up-to-date status of all alterations and changes as scheduled for each availability including but not be limited to, engineering, material, logistic support, man-day estimate data, and status of Ship Changes, Ship Installation Drawings, Test Procedures, and Technical Manual updates, an on-line capability to digitally interface with the NDE databases. Central Data Repository (including provision for reproduction facilities, services, and distribution as directed) for drawings and data, including diagrams, materials lists, test procedures, specifications, and other engineering data acquired during construction of the Class and added during performance of planning yard functions.� This includes the Ship Selected Record repository Automated Inventory Management system that can effectively control kitted material procurement for more than one ship and be responsive to short-term scheduled demands. �This system must interface with the Planning Yard Hull Management System and the Navy Data Environment data base.� Accounting Methodology. Sound financial tools and practices such as a certified accounting system, EVMS reporting, interface/approval with DCAA and approved purchasing systems are required to adequately provide proper billing to the Navy. The accounting system would show the breakout of direct, indirect and overhead charges. 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 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? Given the complexity of the work described in this sources sought describe your company�s historical experience completing work of this complexity or briefly describe how your company would be capable of meeting the requirements described herein as of contract award. Given the complexity of the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for planning yard services of DDG Class ships? Information provided shall be treated as Business Sensitive or confidential to the responder, exempt from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government. NAVSEA may request further information regarding the capabilities of respondents to meet the requirements set forth in the Announcement. The Announcement is released in accordance with FAR 15.201 and is not a request for proposal. The purpose of the Announcement is to gather information from the market place. Information provided in response to the Announcement will not be considered an Offer by the responding contractor and cannot be accepted by the Government to form a binding contract. No telephone inquiries will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time. When to Submit: Responses are requested by 2PM Eastern Time, 24 July 2022. Notice Regarding Solicitation: Please note that this synopsis is for informational purposes and to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government of any kind. Other: The Government will not reimburse interested parties for any effort expended or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided. Future information, if any, will be posted at the website for FBO, the same site where this announcement is posted.� Contracting Officer Address and Point of Contacts: Naval Sea Systems Command Attn: Ms. Victoria Hill (SEA 02423) 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC 20376-2030 Please e-mail your letter of interest to quinell.l.watson.civ@us.navy.mil and victoria.m.hill20.civ@us.navy.mil with DDG Planning Yard Sources Sought Response in the subject field.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5c79ed2c6bda4c708ca2b2a0dd8b497a/view)
 
Record
SN06369213-F 20220626/220624230103 (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.