Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2016 FBO #5180
MODIFICATION

J -- Touch Labor Support - Package #1

Notice Date
1/27/2016
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Pearl Harbor Naval Shipyard (PHNSY) and IMF, 667 Safeguard St, STE 500, Code 400, Pearl Harbor, Hawaii, 96860-5023, United States
 
ZIP Code
96860-5023
 
Solicitation Number
N32253-15-R-0005
 
Archive Date
3/8/2016
 
Point of Contact
Melvin Jones, Phone: 808.473.8000x3336, Megan K. Ho, Phone: 80847380005293
 
E-Mail Address
melvin.jones5@navy.mil, megan.ho@navy.mil
(melvin.jones5@navy.mil, megan.ho@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Security Addendum Safety Addendum Nuclear Addendum DRAFT PWS REQUEST FOR INFORMATION THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service. Responders to this RFI are advised that all costs associated with responding will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. •1.0 Description •1.1 Pearl Harbor Naval Shipyard & IMF (PHNSY & IMF) has a requirement for: "Red Badge" non-nuclear trade labor support in the following trades and quantities: Trade Description Man Hours FY16 Man Hours FY17 Man Hours FY18 SHEETMETAL 6,336 15,120 15,341 FIREWATCH/TANKWATCH 2,246 691 6,125 INSIDE MACHINIST 0 0 5,501 MARINE MACHINERY MECHANIC 0 576 23,760 ELECTRICIAN 0 2,074 2,170 ELECTRONICS 0 6,605 1,642 PIPEFITTING 0 0 1,642 PLASTIC FABRICATOR/WOODCRAFTING 0 9,248 5,494 FABRIC WORKER 0 9,248 5,494 SHIPWRIGHTS 0 9,248 5,494 PAINTING & BLASTING 0 17,808 33,523 1.2 Period of Performance: (on or about) 1 September 2016 - 31 Aug 2018 1.3 Type of Contract Contemplated: Cost-Plus-Fixed-Fee 1.4 Performance Location: PHNSY & IMF, JBPHH 1.5 Additional Requirements: See attachments 2.0 Responses 2.1 Interested parties are asked to submit capability statements via email to: melvin.jones5@navy.mil and megan.ho@navy.mil 2.2 Responses are due no later than: 22 February 2016 at 12:00 PM HST 2.3 Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 2.4 Section 1 of the Capability Statement shall provide administrative information, to include company name, mailing address, CAGE, phone number, fax number, and e-mail of designated point of contact. 2.5 Section 2 of the Capability Statement shall specify business type based upon North American Industry Classification System (NAICS) code: 336611 2.6 Section 3 of the Capability Statement shall express the capability of the interested party to provide the requirements as detailed in the attached Performance Work Statement (PWS) and the additional requirements specified in the attachments. Responders must state either: •· The ability and capacity to support ALL of the trades required •· The ability and capacity to support SOME of the trades required •3.0 Industry Day 3.1 One industry day will be offered. Location: Bldg. 2, Auditorium, Joint Base Pearl Harbor Hickam (JBPHH), Hawaii Date: Feb. 19, 2016 Time: 0630 - 1500 Companies interested in attending Industry Day must respond to melvin.jones5@navy.mil AND megan.ho@navy.mil by 15 February. 4.0 Evaluation 4.1 Responses will be evaluated to assess responder's ability to meet the functional and technical requirements described in the PWS. 5.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to melvin.jones5@navy.mil and megan.ho@navy.mil. Verbal questions will NOT be accepted. 6.0 Summary This RFI will be used to identify sources that can provide Non-nuclear Trade Resources. The information provided in the RFI is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as s a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. 7.0 Table of Attachments Attachment (1) Draft Performance Work Statement Attachment (2) Nuclear Addendum (Rev. 11 NOV 2010) Attachment (3) Safety Addendum (Rev. 14 MAR 13) Attachment (4) Security Addendum (Rev. OCT 2013)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N47456/N32253-15-R-0005/listing.html)
 
Place of Performance
Address: 667 Safeguard Street Suite 100, JBPHH, Hawaii, 96860, United States
Zip Code: 96860
 
Record
SN04001827-W 20160129/160127233930-8ead2ee7d24af8b9918703337efcdcfe (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 |
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.