Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 08, 2016 FBO #5280
SOURCES SOUGHT

R -- Execution Planning Support for In Service Littoral Combat Ship (LCS) Class. - Draft Performance Work Spec

Notice Date
5/6/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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
N00024-17-R-4312
 
Archive Date
6/4/2016
 
Point of Contact
Jane C. Thompson, Phone: 2027815325, Patricia L. Stephens, Phone: 2027813941
 
E-Mail Address
jane.thompson1@navy.mil, patricia.l.stephens@navy.mil
(jane.thompson1@navy.mil, patricia.l.stephens@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS LCS Execution Planning Sources Sought THIS SOURCES SOUGHT NOTICE IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT FROM RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION WILL BE PROVIDED FOR RESPONSE PREPARATION. INTRODUCTION The Naval Sea Systems Command (NAVSEA), Washington DC, is seeking information from potential sources able to provide engineering and technical services to support the U.S. Navy's Surface Ship Maintenance, Repair and Modernization (SSMRM) requirements. The results of this Sources Sought will be utilized to determine whether any Small Business set-aside opportunities exist. All Small Business set-aside categories will be considered. In accordance with FAR 52.219-14, Limitations on Subcontracting, Small Businesses concerns are reminded that in the performance of contracts awarded under small business set-aside procedures, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. BACKGROUND PMS 505, Fleet Introduction and Sustainment, is responsible for the life-cycle management of Littoral Combat Ships in the US Navy. In-service life cycle support of these ships comprises: integrated planning, programming, and execution of the maintenance; repair and modernization, and the provision of all technical and logistics support required to maintain, repair, modernize, and improve performance of these ships. PMS 505 is evolving its surface ship modernization and maintenance/repair contracting strategy to implement a "family" of contracts that will maximize competition and the use of fixed price type contracts across the spectrum of surface ship availabilities. This strategy will leverage multiple types of contracts "right-sized" to best complete each type of ship availability, reflecting the specifics of the volume of work for each class and the industrial base in each port. This approach is intended to improve cost, schedule and quality while maintaining flexibility and responsiveness to the Fleet. Specific engineering and technical requirements that are covered under this Sources Sought notice include, but are not limited to: General Requirements, Availability Planning Support, Availability Execution Support, Availability Assessment Execution, Integrated Logistic Support (ILS), Special Projects and Long Lead Time Material (LLTM). A draft Performance Work Statement (PWS) with specific details is provided as an attachment to this notice. ACQUISITION STRATEGY The Government is contemplating procuring this effort under one (1) Class applicable Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) contract, with a contract duration of one (1) 12-month base year and four 12-month option years. The contract size is estimated by total planned product (or depot level work item) development volume. This volume is defined by work items that typically support Chief of Naval Operations (CNO) type availability planning, and work items that support Continuous Maintenance (CM), Window Of Opportunity (WOO), and Emergent Availability planning. Littoral Combat Ship Class Execution Planning (LCS 1 & 2 variants): Fiscal Year CNO Availability (Work Items) CM Planning(Work Items) Total Planning (Work Items) 2017 1000 3375 4375 2018 1000 4455 5455 2019 1000 5535 6535 2020 2000 6345 8345 2021 3000 7425 10425 NOTE: The above workload estimates do not include service life enhancing shipboard material assessments that may be executed in support of depot level work item development. CAPABILITIES AND CAPACITY STATEMENT Interested parties shall submit a comprehensive Capabilities and Capacity statement that describes the firm's capabilities and capacity to meet the Government's requirements including: (1) Positive statement of intent to bid as a prime contractor addressing contemplated contract on which the firm intends to submit an offer. (2) An outline of resources available to accomplish each proposed contract. Submittals must clearly distinguish in-house resources from sub-contracted resources and include the following: • Infrastructure and organization sufficient to process substantial volumes of complex engineering data; operate at high volume, provide rapid turnaround of administrative and technical products; implement project management controls; execute significant multi-tasking; and control costs. • Key Personnel: identify appropriate levels and types of expertise in a manner that demonstrates understanding of the requirements in the Statement of Work. Interested parties shall address the following positions: Program Managers, Project Managers, Quality Assurance Managers, Logisticians, Cost Analysts, Planners, Estimators, Schedulers, and Assessors; and the following technical disciplines: Marine Engineering, Naval Engineering, Mechanical Engineering, Electrical Engineering, Naval Architecture, Computer Engineering, and Software Engineering. • Identify all property, equipment, and facilities necessary to perform the requirements outlined in the Statement of Work, including an approach for accessing or maintaining technical information that supports the planning process, material warehousing capacity, and capability for shipping/receiving government furnished material. • Interested parties shall be able to provide planning and engineering efforts nationwide, including conduct of system/equipment validation ship checks in all homeports for each assigned vessel. If the firm is not able to provide planning and engineering effort nationwide and/or conduct validation ship checks in all homeports for each assigned vessel, explain the reasons for this inability. • Provide relevant examples of a quality system defining the capability and approach to ensure quality assurance for all required planning products and processes. (3) Past Performance: Provide relevant past performance information including previous contracts performed in the last five years. The information provided for each named contract shall include: type of project, total planning items per year, dollar value, location, Point of Contact (including name, title, phone number and email address), section(s) of the Statement of Work that corresponds to the past performance information provided. If the work was accomplished as a prime contractor, please indicate the percentage of work, if any that was subcontracted. If the work was performed as a subcontractor, indicate the percentage and dollar value of the work performed. If the interested party has no relevant experience on U.S. Navy Surface Fleet Vessels, projects on other Government vessels and private industry projects may be submitted. If the past performance information submitted is for effort other than that provided in support of U.S. Naval Surface Fleet Vessels, explain (no more than 1-page in length) how that experience will enable the firm to successfully meet the requirements of the contemplated contract(s). (4) If contemplating being part of a joint venture, state names of the joint venture members and their business size and describe the intended roles and responsibilities of each member as it relates to the Statement of Work. (5) State the firm's current clearance level, if any, for facilities and personnel. (6) Describe your firm's accounting systems and provide specific evidence of financial responsibility. The Government is not requesting interested parties to provide brochures and/or generalized sales-pitch language. Capability and Capacity information shall be specific (quantified as appropriate) and not theoretical in nature to the greatest extent practicable. For instance, a notification of intent to partner with numerous firms to acquire appropriate resources should be supported with formal agreements and/or letters of intent as well as a provision of projects where the parties have successfully teamed together in the past. SUBMISSION DETAILS: Responses to this notice should not exceed 25 single-sided (Times New Roman, minimum 12 font) pages and should include a cover letter (not counted towards the 25-page limit) with the following information: (1) Business name, address, CAGE code and DUNS number; and Point of Contact including name, phone number and email address responsible for submission; (2) Company size (Small or Large), in accordance with the North American Industry Classification System (NAICS) code 541330, size standard is $35.5M; (3) if a Small Business, specify if your company is any of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Small Business concern; (d) Woman-Owned Small Business; or (e) Economically Disadvantaged Woman-Owned Small Business. Submissions shall be in Microsoft Word or Adobe Acrobat (5MB limit) and shall be sent electronically to: Patricia Stephens, Contracting Officer, at patricia.stephens@navy.mil. An email acknowledging receipt will be sent within one business day to each individual submission. The deadline to submit responses is 1400 (EST) on 20 May 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-17-R-4312/listing.html)
 
Place of Performance
Address: Places of performance include two Fleet Concentration Areas (FCAs) CONUS and three OCONUS., United States
 
Record
SN04108202-W 20160508/160506233920-c92c96994ff467d920c973a6ddea467e (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.