SOLICITATION NOTICE
J -- Multiple Award Contract (MAC)-Repair and Maintenance - (Draft) Notional Work Package
- Notice Date
- 9/14/2016
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- 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
- N4523A-16-R-0025
- Archive Date
- 10/14/2016
- Point of Contact
- Bart Franklin, Phone: 3604764572, Stephanie Rosenthal, Phone: (360) 340-2741
- E-Mail Address
-
bart.franklin@navy.mil, stephanie.rosenthal@navy.mil
(bart.franklin@navy.mil, stephanie.rosenthal@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (Draft) Notional Navy Maintenance Database (NMD) Work Specification The primary purpose of this MAC contract is to support Puget Sound Naval Shipyard with the accomplishment of maintenance and repair availabilities aboard U.S. Navy craft, vessels, surface ships, and submarines homeported or visiting the Northwest Regional Maintenance Center (NWRMC) area of responsibility. The trade skills necessary will include, but are not limited to: welding, pipefitting, shipfitting, blasting, painting, sheet metal work, electrical/electronic alteration; pump/motor and mechanical repair, tank cleaning, rigging, and temporary scaffolding removal/installation. It is anticipated that the majority of work will be performed at the contractor's facility. Government provided facilities (if any) will be outlined in each delivery order, and may include the following: Puget Sound Naval Shipyard piers, dry-docks, and/or Naval Station piers at Bremerton and Everett, Washington. To be eligible for the award of delivery orders resulting from this solicitation, the offeror must have either an existing Navy Master Ship Repair Agreement (MSRA), Agreement for Boat Repair (ABR), or be able to demonstrate the equivalent manpower job skills, plant, and equipment resources requisite for ABR certification during a pre-award survey. The resultant MAC IDIQ contract will have a one-year base period and four one-year option periods of performance. Each IDIQ contractor will be provided fair opportunity to be considered for every delivery order in accordance with FAR 16.505(b). Under this contract, each FFP delivery order will specify the requirement details including work specifications, period, and place of performance. The Government is contemplating a 100% small business set-aside under the North American Industry Classification System (NAICS) 336611, size 1,250 employees. The Government intends to post a request for proposals on or about November 08, 2016 with an anticipated award date of May 8, 2017. Offerors can view and/or download the draft notional work specification at for this acquisition for review at https://www.fbo.gov. All offerors must be registered with the System for Award Management (SAM) to receive award of Government contracts. Offerors are advised also that SAM representations and certifications can be completed electronically via the System for Award Management website at http://www.sam.gov. The Government does not intend to award a contract based on this pre-solicitation synopsis or otherwise pay for the requested information. INFORMATION FOR POTENTIAL OFFERORS This pre-solicitation synopsis is for informational and planning purposes only, and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. In the response to this pre-solicitation synopsis, if you are a small business, please indicate your business size in accordance with FAR Part 19 and NAICS Code 336611. Concerning offeror small business attributes, please indicate if your are a small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, and/or woman-owned small business concern. Notice Regarding Pre-Solicitation Synopsis: Information provided shall be treated as business sensitive or confidential and will be exempt from public release under the Freedom of Information Act. PSNS may request further information regarding the capabilities of respondents to meet the requirements set forth in this pre-solicitation synopsis. This pre-solicitation synopsis is released in accordance with FAR 5.2. Information provided in response to this pre-solicitation synopsis announcement will not be considered as an offer by the respondent, and cannot be accepted by the Government to form a binding contract. Potential offerors are invited to submit questions or comments via email to bart.franklin@navy.mil with cc to stephanie.rosenthal@navy.mil. The subject line of this email shall state "NWRMC MSRA/ABR Ship Repair MAC." All questions regarding this pre-solicitation synopsis shall be submitted in writing no later than three (3) days before the synopsis closing date of September 29, 2016. Questions received after September 29, 2016 may not be answered. Contracting Officer Address: Puget Sound Naval Shipyard Code 440, 1400 Farragut, Bremerton, WA 98314-5001 Point of Contact: Primary: Bart Franklin, Contract Specialist, bart.franklin@navy.mil Alternate: Stephanie Rosenthal, Contracting Officer, stephanie.rosenthal@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A-16-R-0025/listing.html)
- Record
- SN04271453-W 20160916/160914235231-9f7898b19d9d1fd4e9da8e11d7ed776f (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 |