SOURCES SOUGHT
J -- Torepdo Intermediate Maintenance Activity for Pearl Harbor, HI and Yorktown, VA - RFI Attachments
- Notice Date
- 2/1/2016
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N00024-16-R-6405
- Archive Date
- 3/5/2016
- Point of Contact
- Traci A Mercer, Phone: 2027812931, Megan Ann Einhart, Phone: 2027813595
- E-Mail Address
-
Traci.Mercer@navy.mil, Megan.Einhart@navy.mil
(Traci.Mercer@navy.mil, Megan.Einhart@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 3: Key Personnel and Non-Key personnel Staffing Attachment 2: NAVSUBTORPFAC Yorktown Attachment 1: SUBTORPIMA Pearl Harbor The Naval Sea Systems Command (NAVSEA) is conducting market research to identify potential sources that possess the capability to perform maintenance services for submarine launched Heavy Weight Torpedoes (HWT) MK 48 MOD 6, MOD 6 Advanced Common Torpedo (ACOT), and MOD 7 Common Broadband Advanced Sonar System (CBASS) Warshot and Exercise variants. Maintenance services will be performed at the Submarine Torpedo Intermediate Maintenance Activity (SUBTORPIMA) in Pearl Harbor, HI and the Naval Submarine Torpedo Facility (NAVSUBTORPFAC) in Yorktown, VA. The mandatory maintenance requirements at each location are identified in attachment 1 and 2 of this RFI. Respondents must demonstrate the required level of technical expertise, as well as the ability to fulfill the mandatory HWT I-Level and PDLR Level Maintenance and associated integral and ancillary support requirements described in attachment 1and 2 of this RFI. Respondents must provide detailed narratives and supporting rationale/data identifying how their knowledge, skills, and abilities meet the requirements listed in Attachments 1 and 2. Attachment 3 provides the Government notional staffing for the Contractor at both locations. The respondents must be able to field the Key Personnel indicated in Attachment 3 of this RFI. Notional Non-Key personnel staffing level are left to the respondents to propose. Respondents are strongly encourage to provide innovative approach that could improve the technical, including staffing, and cost performance without sacrificing the quality of maintenance and timely delivery of the systems to the warfighters. Respondents must provide documentation or examples of HWT I-Level and PDLR Level Maintenance and all associated integral and ancillary support capabilities from past experience. Responses to this RFI must be submitted via email to the points of contact listed at the bottom of this notice, and must be received no later than 5:00PM Eastern Standard Time (EST) on February 19, 2016. The subject line of emails containing responses or questions related to this notice should reference the solicitation number for this notice and "Torpedo Maintenance Sources Sought Notice." Please limit responses to a maximum of thirty (30) pages for both Pearl Harbor and Yorktown efforts. Respondents may respond with work experience for one location (i.e. either Pearl Harbor (Attachment 1) or Yorktown (Attachment 2)), or work experience related to both locations, BUT must demonstrate its ability to perform at both locations. The cover pages shall include the following information: 1. Company name; Address; Point of Contact; Phone Number; and E-mail address. 2. Identification and verification of the company's business size (i.e., small, large) relative to NAICS Code 332993, Size Standard: 1,500 employees. Small Businesses are reminded under FAR 52.219-14; Limitation on Subcontracting, for services, that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Include the percentage of work that will be self-performed on this project. Interested parties should submit the information requested above, via email to: Peter Agyei-Sarpong at peter.agyei-sarpong@navy.mil, Traci Mercer at traci.mercer@navy.mil, and Megan Einhart at megan.einhart@navy.mil. All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. Responses to this notice will not be returned. This notice is not a request for proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kind of offers will be considered in response to this notice. Respondents are wholly responsible for any costs or expenses associated with submitting a response. No reimbursement will be made for any costs associated with providing information in response to this notice or any further requests for information relating to a response. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-6405/listing.html)
- Place of Performance
- Address: Submarine Torpedo Intermediate Maintenance Activity (SUBTORPIMA) in Pearl Harbor, HI, Ewa Beach, Hawaii 96706, United States, AND, Naval Submarine Torpedo Facility (NAVSUBTORPFAC) in Yorktown, VA, Yorktown, Virginia 23691-0290, United States, United States
- Zip Code: 23691-0290
- Zip Code: 23691-0290
- Record
- SN04006142-W 20160203/160201234258-0f9420e5d85173409d206c8f78be9d8c (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 |