Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 13, 2023 SAM #7898
SOURCES SOUGHT

J -- Alteration Installation Team (AIT), NSWC Carderock

Notice Date
7/11/2023 8:06:03 AM
 
Notice Type
Sources Sought
 
NAICS
336612 — Boat Building
 
Contracting Office
NSWC CARDEROCK BETHESDA MD 20817-5700 USA
 
ZIP Code
20817-5700
 
Solicitation Number
N0016724SSAIT
 
Response Due
7/25/2023 12:00:00 PM
 
Archive Date
08/09/2023
 
Point of Contact
Kathryn Haynes, Phone: 757-285-6701, Caroline Xenia Lira, Phone: 757-981-4245
 
E-Mail Address
kathryn.s.haynes2.civ@us.navy.mil, caroline.x.lira.civ@us.navy.mil
(kathryn.s.haynes2.civ@us.navy.mil, caroline.x.lira.civ@us.navy.mil)
 
Description
SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI) ����������� Alteration Installation Team (AIT) Naval Surface Warfare Center, Carderock Division (NSWCCD) THIS IS NOT A REQUEST FOR PROPOSAL � AWARD OF A CONTRACT/TASK ORDER (TO) WILL NOT BE MADE AS A RESULT OF THIS NOTICE. ADDITIONALLY, CONTRACTORS WILL NOT BE COMPENSATED FOR COSTS RELATED TO RESPONSE PREPARATION AND/OR SUBMITTAL. This is a Sources Sought/RFI announcement in accordance with FAR 15.201. NSWCCD is conducting market research in determining small and large business capabilities and interest. NSWCCD, Combatant Craft Division, Code 83 is responsible for providing quality and responsive full spectrum, full life cycle engineering and technical support for various watercraft classes (see List of Watercraft Classes, Attachment 1) for the Department of Defense (DoD), and other Government entities. Associated watercraft systems include not only internal watercraft systems (e.g., engines, piping, generators, batteries, cabling, navigation equipment, etc.), but also those items that allow the user commands to perform their missions as ancillary components integral to the craft, such as trailers, transporters, launch and retrieval systems, hoisting and lifting components/systems, cradles, aircraft transport support systems, aircraft deployment systems, stowage systems, and maintenance/supply containers/modules. For the remainder of this document, the term �watercraft� will be used to indicate all those systems.� NSWCCD sponsors include the U.S. Navy, Special Operations Command, U.S. Army, U.S. Air Force, U.S. Marine Corps, U.S. Coast Guard, U.S. Customs and Border Protection, National Oceanic and Atmospheric Administration, Defense Intelligence Agency, Drug Enforcement Agency, U.S. Immigration and Customs Enforcement, U.S. Department of Homeland Security, U.S. Central Intelligence Agency, U.S. Department of Energy, Federal Bureau of Investigation, the National Aeronautics and Space Administration, and foreign countries/entities. This contract is for the acquisition of modernization services/installation in support of the NSWCCD mission. This is a multi-disciplinary contract that requires the following support; program management, planning, logistics/material procurement, prototyping, incidental repair, and alteration installation with advanced knowledge in the following industrial support areas; hull/structural, mechanical, electrical and electronic systems. Alteration Installation Team (AIT) is defined herein as a group of contractor personnel that accomplish installation of modernization packages to a wide variety of Navy Boats and Combatant Craft. This requirement involves the purchase and or/fabrication, storage, kitting, transportation and installation of modernization packages. Government direction in the form of Boat Alterations (BOAT ALT�s) and Liaison Action Reports (LAR�s) detail the modernization efforts to be accomplished. Installation of the modernization packages will be conducted by Fly-Away teams who will accomplish installation at various military installations both inside the Continental United States and Outside the Continental United States (CONUS/OCONUS). NSWCCD is seeking sources to provide AIT modernization efforts. The expected work distribution by performance location is: Mid-Atlantic US (25%); Southwest US (25%); Northeast US/Gulf Coast US/Northwest US/Other 10%, OCONUS (40%).� OCONUS locations typically include, but are not limited to; Bahrain, Djibouti, Dubai, Greece, Guam, Italy, Japan, Spain, United Arab Emirates, Hawaii and Alaska. The Government is seeking responses from sources that can provide contractor support for the operations listed in the draft Statement of Work (SOW) (Attachment 2) anticipated to begin in July 2024. North American Industry Classification System (NAICS) Code: 336611 Ship Building and Repairing and 336612 Boat Building. Small Business Size Standard: 1,300 employees for NAICS Code 336611 and 1,000 employees for NAICS Code 336612 (For more information about Size Standards, refer to https://www.sba.gov.) Draft Statement of Work (SOW): A draft SOW for the required services is provided as Attachment 2 to this Sources Sought/RFI notice. Interested parties are requested to submit comments on the Draft SOW Industry Question Sheet (Attachment 3) by the due date provided in the submission instructions below. Incumbent: There is no incumbent for this contract solicitation as this is a new requirement for a stand-alone contract at NSWCCD. Expected Contract Type: A Single Award, Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type contract is anticipated. The Government anticipates utilizing the best value trade-off source selection process in the evaluation of proposals. Delivery Order Period: Total potential five year ordering period. Submission Instructions: Included with this Sources Sought/RFI notice is a draft SOW (Attachment 2). The Government anticipates making future decisions regarding the acquisition strategy for this procurement based on comments, questions, and market research questionnaire (Attachment 4) responses. INFORMATION REQUESTED FROM THE INDUSTRY: Interested parties are requested to submit comments on the draft SOW with the following information: (1) A complete description of the offeror�s capabilities (including technical, program management, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government�s objectives as stated in the attached draft SOW, (2) The qualifications, capabilities, and experiences of contractor employees, who would be available to support this effort, (3) Demonstrated ability to obtain base security access at the time of contract award for all personnel expected to provide support in accordance with the above requirement, (4) A summary of previous corporate experience relevant to the draft SOW obtained within at least the last five years together with applicable Government contract numbers and Government technical and contract points of contact with current telephone numbers, (5) A corporate roadmap on how labor categories not currently fulfilled by existing company personnel plan to be filled by the contract award date, (6) Statement as to the existence of a corporate DCAA-approved accounting system for cost-type contracts or evidence of the ability to obtain DCAA approval by the contract award date, (7) Any potential subcontracting arrangements being considered at this time. If subcontracting is contemplated, the capabilities statement shall contain sufficient information concerning the planned subcontracting arrangements to assure the Government that the limitations in FAR 52.219-14 can be met. These limitations require that at least 50% of the cost of contract performance incurred for personnel will be expended for employees of the prime contractor. Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this Sources Sought/RFI marked or designated a corporate proprietary information will be fully protected and held in strict confidence. As part of this Sources Sought/RFI, interested parties are encouraged to respond to this notice with a completed questionnaire and Industry Question Sheet as soon as possible, but no later than 25 JULY 2023 at 3:00 PM (EST). Responses shall be submitted to Kathryn Haynes, Contract Specialist, at kathryn.s.haynes2.civ@us.navy.mil and Caroline (Xenia) Lira, Contracting Officer, at caroline.x.lira.civ@us.navy.mil. The Government does not intend on responding directly to any offeror and information submitted will not be made publically available to other interested parties. Attachment #1- List of Watercraft Classes Attachment #2- Draft SOW Section C Attachment #3- Draft SOW Industry Question Sheet Attachment #4- Market Research Questionnaire
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/91810e9b23b94f06a770dcb58d52a78d/view)
 
Record
SN06744682-F 20230713/230711230057 (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.