SPECIAL NOTICE
R -- ENGINEERING AND MARINE DESIGN SERVICES
- Notice Date
- 9/3/2015
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
- ZIP Code
- 98207-5005
- Solicitation Number
- N4523A15R5020
- Archive Date
- 10/2/2015
- Point of Contact
- Dennis R. Bailey, Jr., Phone: 360-476-4091, Leroy Rushing, Phone: 360-476-4430
- E-Mail Address
-
dennis.r.bailey1@navy.mil, leroy.rushing@navy.mil
(dennis.r.bailey1@navy.mil, leroy.rushing@navy.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- This synopsis follows from the sources sought announcement No. 4523A-15-R-5020 released 31 July 2015 and its amendments. The Northwest Regional Maintenance Center (NWRMC), Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS&IMF), Bremerton, Washington, Code 441 has a requirement to provide comprehensive services for all current and former U.S. Naval vessels, ships, craft and boats in the areas of naval architecture, civil, mechanical, electrical, electronics, industrial, and environmental engineering. The work will include planning and estimating, engineering designs and calculations, technical research, material specifications, work control, testing and test direction, logistics support, oversight and technical support of industrial work, training, and detailed reports based on engineering studies and analysis relating to marine vessels and equipment (including but not limited to cranes, caissons and similar equipment used to support ship repairs, overhaul and dismantling). The requirements also include Computer Aided Design (CAD) drafting and modeling, computer programming and support services, and technical document preparation, publication and reproduction. Planning Yard requirements include ship checks, drawing development, Ship Alteration Record (SAR) and Ship Change Documents (SCD) development, Ship Selected Record (SSR) upkeep, and fleet technical support. The requirements include the need to install and monitor test and troubleshooting equipment and minor installation, repair, and replacement of components, equipment, and systems associated with troubleshooting and various assessments and inspections. Performance is primarily expected to be in Kitsap County, WA (60%) and Pearl Harbor Naval Shipyard (30%). Other areas of performance include Honolulu, HI, San Diego, CA, and Norfolk, VA (10 %). When the contractor is specifically directed on an individual task order, additional possible locations include, but are not limited, to Jacksonville, FL, Kings Point, GA, Guam, the Far East and Middle East operating areas and the Mediterranean. The contract will require the contractor(s) to have a full service office facility located within Kitsap County, WA to enable one hour land commuting to PSNS&IMF. This acquisition will result in Indefinite Delivery, Indefinite Quantity, Multiple Award Contracts, requiring the issuance of individual task orders against it under the Fair Opportunity Act. It is anticipated that the contracts will include cost reimbursable and fixed price contract line items. It is anticipated that the acquisition will be solicited as a Partial Small Business Set-Aside on a competitive basis using FAR Part 15. The NAICS code is 541330 - Engineering Services - with a small business size standard of $15 million in average annual receipts. The task orders to be issued against the IDIQ contracts will vary in magnitude from a minimum dollar amount of $25,000 to a maximum of $5,000,000. The projected total contract value is $35,000,000 for a base period of twelve (12) months with four (4) twelve (12) month option periods for an overall anticipated term of five (5) years. The contract period of performance is anticipated to begin 01 April 2016 through 31 March 2021. The solicitation N4523A-15-R-5020 and any subsequent amendments will be posted to this website. The anticipated posting date of solicitation N4523A-15-R-5020 is on or about 18 September 2015 with a closing on 18 October 2015. Complete proposal submittal requirements, total estimated labor hours, and a performance work statement will be included in the solicitation. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offerors to access the posted documents. Prospective offerors should also register at FEDBIZOPPS on the interested vendor list under N4523A-15-R-5020. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or FAXed. All responsible sources may submit a bid, proposal or quotation which shall be considered by PSNS&IMF. Offerors must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement at http://www.ccr.gov. This synopsis is not a request for competitive proposals nor is it intended to in any way create an obligation on the part of the Government. All questions regarding this notification shall be submitted in writing to Mr. Dennis R. Bailey, Jr. via email at dennis.r.bailey1@navy.mil with a carbon copy to Mr. Leroy Rushing at leroy.rushing@navy.mil and reference solicitation number N4523A-15-R-5020.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A15R5020/listing.html)
- Place of Performance
- Address: Bremerton, Washington, 98207, United States
- Zip Code: 98207
- Zip Code: 98207
- Record
- SN03870507-W 20150905/150903235924-f8906b5834f5c273c2e1a021b1469014 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |