Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 05, 2023 SAM #7890
SOURCES SOUGHT

C -- Marine Design and Engineering Services IDIQ MAC

Notice Date
7/3/2023 9:48:59 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
3059-9900
 
Response Due
7/25/2023 9:00:00 AM
 
Archive Date
08/09/2023
 
Point of Contact
Nicole Mullenix, Brian Fergus
 
E-Mail Address
nicole.m.mullenix.civ@us.navy.mil, james.b.fergus2.civ@us.navy.mil
(nicole.m.mullenix.civ@us.navy.mil, james.b.fergus2.civ@us.navy.mil)
 
Description
The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in performing Marine Design and Engineering Services work in support of ship repair and conversion.� The Government is seeking responses from sources that can perform work as described in the notional performance work statement (PWS), attached. Multi-Discipline Shipyard Engineering, Planning, and Design Services Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contract Solicitation No: 3059-9900 Contract Information PSNS&IMF has a need for professional engineering services to provide engineering, planning, analysis, and design for multiple efforts of work. �The attached notional performance work statement provides a breakout of the various functions of work contemplated as potential tasks under this Indefinite Delivery Indefinite Quantity (IDIQ) contract. Type and Number of Contracts PSNS&IMF intends to award up to five (5) firm-fixed-price IDIQ contracts.� The awarded IDIQ contracts will have a five (5) year base period and a shared capacity of $65 million among the pool. A seed task will be issued at the initial contract award as well as a minimum guarantee to the non-seed task awardees for a total of $5,000.00 for each award. Contract award is anticipated in Fiscal Year (FY) 2024. Competition The North American Industry Classification (NAICS) code for this acquisition is 541330 Engineering Services, which has a size standard of $15 million in average annual receipts. This announcement is open to all businesses regardless of size. In accordance with Federal Acquisition Regulation (FAR) 6.203, FAR 19.502-3, and FAR 19.502-4, however, the Contracting Officer may reserve one award for small business. Small businesses are encouraged to team with other small businesses. System for Award Management To be eligible for contract award, a firm must be registered in the Department of Defense (DoD) System for Award Management (SAM). Register via the SAM website at https://www.sam.gov or by contacting the Service Desk at 1-866-606-8220. Sources Sought The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) Contracting Office (Code 440) is issuing this sources sought. The sources sought is being issued as a means of conducting market research to identify industrial capabilities that might exist in order to support the upcoming requirement and to inform industry that an industry day and broad agency announcement will be released following completion of market research and acquisition planning. For additional information regarding the technical requirement please refer to the attached notional Performance Work Statement (PWS). ""THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A ""REQUEST FOR PROPOSALS (RFP)"", ""BROAD AGENCY ANNOUNCEMENT"", OR ""SYNOPSIS"" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR REQUEST FOR PROPOSALS (RFP), IF ISSUED. IF A SOLICITATION IS RELEASED IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT."" Based on the responses to this sources sought, this requirement may include the previously discussed potential award reserved for small business, the government intent at this time is for a three (3) awards with one reserved for small business. Telephonic inquiries will not be accepted or acknowledged, the government will not be providing evaluations or comments to companies providing sources sought responses but the responses will be used to inform the government as to the best means of procuring this requirement. What/Where to Submit: Interested companies should submit a notice of interest including the name, telephone number, mailing address and e-mail address of one point of contact. Please include your company�s CAGE code. Please e-mail it to the Government contacts listed below, with ""Sources Sought Response for 3059-9900"" in the subject field. �The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in the description shown above and answers to the following specific questions. The response to the sources sought shall be in either Microsoft Word or Portable Document Format (PDF) and shall be addressed to james.b.fergus2.civ@us.navy.mil or nicole.m.mullenix.civ@us.navy.mil. Within the sources sought response- 1) Organization description. (1 Page maximum) 2) Tailored capability statement. (20 Page maximum) (a.) Tailored Capability Statement Selection Criteria for the future action will include- Specialized Experience and Technical Competence Professional Qualifications Necessary for Satisfactory Performance Capacity to Accomplish the Work Past Performance Knowledge of Locality Extent of Small Business Participation Volume of DoD Contracts A preliminary technical capability sheet detailing your status as a qualified firm to provide engineering services as identified within the attached early draft performance work statement with a breakout against the above selection criteria would assist in your ability to communicate a response as to your suitability to participate for a contract of this magnitude. In addition please provide a response to the following questions; (i) Capability to handle a major increase in work (surge*)? Example or plan to handle. *Work capacity surges are defined as Ship check tasks where up to 40 contractor employees were required to be on site. Naval Vessel Design packages that required 5000 or more sheets to be completed over a 4 month period of varying disciplines (electrical, electronic, structural, mechanical). (ii) Mitigation planning experience for unexpected changes in performance periods? Ship check tasks sometimes require unexpected extra work days, increasing periods of performance and cost (travel, hotels, vehicles). Provide example or describe methods of extending periods of performance with limited advance notification without significant cost overruns. (iii) Provide demonstrated experience similar to the work contained within the technical specifications. (iv) Provide project experience with Naval Design and Engineering services. (v) Provide project experience working under Selection of Architect and Engineering Statute procedures for Naval Design and Engineering Services. Knowledge and ability to conform to the requirements of the technical specifications, clauses, and performance procedures. (vi) Of the work groups described within the draft performance work statement what segments of work does your firm believe it is the most highly qualified firm capable of supporting? 3) Experience/Performance. (2 Page maximum for each project example) Please provide at least 2 projects of similar size, scope, and complexity as the current requirement. The government does not expect the same size needs as this requirement but if you have multiple projects/contracts of a similar nature please provide a general description of how they should be viewed as similar in scope and complexity as to the current requirement. Provide contract number and a point of contact for the customer. ALL DATA RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT THAT IS MARKED OR DESIGNATED AS CORPORATE OR PROPRIETARY WILL BE FULLY PROTECTED FROM RELEASE OUTSIDE THE GOVERNMENT. 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 released in accordance with FAR 15.201. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract. The Deputy for Small Business for this procurement is Juliet Roske, juliet.r.roske.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b4096fd26f7b4c13b794d3cc2c873f7b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06735910-F 20230705/230704210943 (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.