Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2024 SAM #8213
SOURCES SOUGHT

J -- Follow-On, Multiple Award Contract (MAC); Indefinite-Delivery, Indefinite-Quantity (IDIQ) for the Marine Boatyard Services And Industrial Support Lot II for Boats, Barges, Crafts, Lighterage, Service Craft, Or Ancillary Support Equipment

Notice Date
5/21/2024 2:41:50 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
 
ZIP Code
92136-5205
 
Solicitation Number
N5523624R0005
 
Response Due
6/5/2024 2:00:00 PM
 
Archive Date
06/20/2024
 
Point of Contact
Samantha Salgado, Phone: 6197087152, Kristin Porter, Phone: 6195715701
 
E-Mail Address
samantha.c.salgado.civ@us.navy.mil, kristin.n.porter2.civ@us.navy.mil
(samantha.c.salgado.civ@us.navy.mil, kristin.n.porter2.civ@us.navy.mil)
 
Description
This is a Sources Sought announcement in accordance with FAR 15.201 and in anticipation of a potential future procurement program. Southwest Regional Maintenance Center (SWRMC) is conducting market research to determine industry capability and interest in performing the follow-on indefinite delivery, indefinite-quantity (IDIQ) contract for marine boatyard services and industrial support for boats, barges, crafts, lighterage, services craft, and ancillary equipment greater than or equal to 15 meters or 50 feet in length (by Navy hull designation or length overall (LOA)) that can be transported via roadway by a trailer or must be delivered on its bottom (via waterway) and for boats, craft, lighterage or service craft less than 15 meters or 50 feet in length (by Navy hull designation or LOA), that must be delivered on its bottom (via waterway) (as defined by the Government in the Delivery Order). This requirement also includes work on boats, craft, lighterage, service craft, and ancillary support equipment greater than or equal to 15 meters or 50 feet in length up to 200 feet in length (by Navy hull designation or LOA) outside the contractor�s boatyard locally. See draft statement of work (SOW), Enclosure (1), check items pertaining to �Lot II.� The Contractor shall furnish all management, material support services, labor, supplies, equipment, and facilities required to accomplish the work in the draft Statement of Work.�� SWRMC is especially interested in determining small business capability and interest.�� The anticipated request for proposal (RFP) release date is on or around November 11, 2024 (subject to change).�� SWRMC is contemplating award of a multiple award IDIQ firm-fixed price (FFP) contract for the requirement specified in the attached draft SOW. The applicable NAICS code is 336611 Ship Building and Repairing.�� What/Where to submit: 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. Please scan your letter of interest and email to Contract Specialist: Samantha Salgado at samantha.c.salgado.civ@us.navy.mil and Contracting Officer, Kristin Porter, at kristin.n.porter2.civ@us.navy.mil with �MARINE BOATYARD SERVICES LOT II FOLLOW-ON SOURCES SOUGHT NOTICE� in the subject field and hand or digitally sign your letter of interest. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in Enclosure (1), and answers to the following specific questions. Please limit your response to no more than 5 pages:� Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,250 or less employees)? If small business please specify (small, 8(a), women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned) [ more than one category may be selected as applicable]. 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 a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance.� Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be procured or services to be performed by the prospective contractor and subcontractors)?� Given the complexity of the work described in this announcement, please describe your company�s historical experience completing work on similar boats, craft lighterage, service craft, or ancillary support equipment greater than or equal to 15 meters or 50 feet in length, less than 15 meters or 50 feet in length, and greater than or equal to 15 meters or 50 feet in length up to 200 feet in length described in Enclosure (1), or briefly describe how your company would be capable of meeting these requirements as a contract award.�� Does your company own or have access to a dockside slip located with a 125 mile radius of 32nd Street, Naval Base San Diego, CA, that can accomplish the following-- (i) Dockside slip capable of docking (1) 78-foot length patrol boat/craft with 21-foot beam, two (2) 135� Landing Craft Utility (470,000 lbs each) simultaneously, 10� draft, and a 199� YON (barge, fuel oil non self-propelled) with 54-foot beam? Based on the draft Statement of Work (SOW) in this announcement (Enclosure (1)), does your company plan to submit a proposal in response to the anticipated solicitation for the MARINE BOATYARD SERVICES LOT II FOLLOW-ON REQUIREMENT?� 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. SWRMC 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. This Sources Sought announcement is not a request for proposal. The purpose of this Sources Sought announcement is to gather information from the marketplace. 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.�� 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 no later than 1400 local time, San Diego, CA on June 05, 2024.�� Notice Regarding Source Sought: Please note that this Sources Sought is for information purposes and to identify potential sources. This notice does not constitute a Request for Proposal (RFP) and is not to be construed as a commitment by the Government of any kind.�� Other: The Government will not pay for any effort expended for 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 SAM.gov.��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/608d2ba25def4db4b09b5d853ebac47c/view)
 
Place of Performance
Address: San Diego, CA 92136, USA
Zip Code: 92136
Country: USA
 
Record
SN07072373-F 20240523/240521230055 (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.