Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 25, 2016 FBO #5481
SOURCES SOUGHT

19 -- LCAC PSE/FMP and SSC availabilities

Notice Date
11/23/2016
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Mid-Atlantic Regional Maintenance Center - N50054, PO Box 215, Building 51, 2nd Floor, Portsmouth, Virginia, 23705-0215, United States
 
ZIP Code
23705-0215
 
Solicitation Number
N50054-17-R-0005
 
Archive Date
1/4/2017
 
Point of Contact
Jack H. Willoughby, Phone: 757-443-3872 ext. 4923, Diane T. Champion, Phone: 757-400-2780
 
E-Mail Address
Jack.Willoughby@navy.mil, Diane.Champion@navy.mil
(Jack.Willoughby@navy.mil, Diane.Champion@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The Mid-Atlantic Regional Maintenance Center (MARMC), 9727 Avionics Loop, Norfolk, VA, 23511-2124, is seeking to identify sources to provide ship repair to accomplish Landing Craft Air Cushion (LCAC) Post Service Life Extension Program (SLEP) Extensions (PSE's) and Fleet Modernization Program (FMP) availabilities and to accomplish Ship to Shore Connector (SSC) Post Shakedown Availability (PSA) availabilities. Examples include, but are not limited to repair/modification of: Fuel Tank Plating; Waterwash Tank; Fuel Tank Wet Deck Plating; Oily Waste Tank Wet Deck Plating; Shafting; Bulkhead; Propeller Control Module; Propeller Centerbody; Composite Transfer Sleeve; Propeller Duct Assembly; Shroud Upper Stator Fitting Rib; Propeller Stator Fitting Fastener; Solid Aluminum Rivet on Propeller Duct Stator; Stator Bushing- Composite; Lift Fan Blade Impeller Assembly; Cushion Vane Assembly; Lift Fan Bearing; Cushion Vane Bearing Housing; Cushion Vane Fitting; Engine Combustion Air Filter; Main Engine Exhaust Collector; Propeller Control Module Cabling; Oily Waste Drain; Portable Emergency Light; Search Light; Life Raft Hydrostatic Release; and, Weapon Stowage; Craft Alterations; correction of various discrepancies; and installation of Craft Alterations. These services shall be performed at ACU-4 at the Joint Expeditionary Base, Little Creek, Virginia. The anticipated contract is Firm Fixed Price (FFP) Indefinitive Delivery Indefinitive Quantity (IDIQ). The anticipated period of performance is comprised of one base year and four option years with performance commencing approximately 08 January 2018. This sources sought is a market research tool being utilized to determine potential and eligible small business firms capable of providing these services prior to determining the method of acquisition and issuance of a Request for Proposal (RFP N50054-17-R-0005). Therefore, all interested parties are encouraged to respond. CONTRACT BACKGROUND This is a new procurement. Similar LCAC work was accomplished under contract number N00024-15-C-2429. No previously SSC work accomplished locally is known, but such is anticipated to be similar to LCAC work. REQUIRED CAPABILITIES The contractor shall furnish the necessary ship repair support, to include management, technical services, labor, material, support services and equipment, to accomplish repairs and maintenance of Landing Craft Air Cushion (LCAC) and Ship to Shore Connector (SSC). Inherent in performing this contract, the Contractor shall provide the supervision and management necessary for the efficient and effective administration and control of the work performed. ELIGIBILITY The appropriate NAICS code is 336611, with a small business standard of 1000. It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed above. This documentation must address, at a minimum, the following: (1) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the technical services described herein; (2) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small business status; (3) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications and specific experience of such personnel; (4) management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (5) a statement regarding capability to obtain the required industrial security clearances for personnel. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. SUBMISSION DETAILS Only interested parties who intend to submit a proposal should submit a written expression of interest to the address provided no later than 20 December 2016. Forward requested documentation via email to: Jack.Willoughby@navy.mil. Questions or comments regarding this notice may be addressed in writing via email at Jack.Willoughby@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e2aafb0debe05c0b3f203c03326fbdea)
 
Place of Performance
Address: ACU-4 at the Joint Expeditionary Base, Little Creek, Norfolk, Virginia Beach, Virginia, 23459-9017, United States
Zip Code: 23459-9017
 
Record
SN04335709-W 20161125/161123234027-e2aafb0debe05c0b3f203c03326fbdea (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.