SOURCES SOUGHT
J -- Materials and Engineering Services to Support Machinery Control Systems (MCS) for DDG-51 Class Ships. - DRAFT Scope of Work
- Notice Date
- 10/23/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Philadelphia Division, 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112-1403, United States
- ZIP Code
- 19112-1403
- Solicitation Number
- 19-MMM-001
- Point of Contact
- Megan M. McMullen, Phone: 2158972876
- E-Mail Address
-
megan.mcmullen@navy.mil
(megan.mcmullen@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT Scope of Work SOURCES SOUGHT NOTICE FOR NAVAL SURFACE WARFARE CENTER PHILADELPHIA DIVISION (NSWCPD) SUBJECT: Materials and Engineering Services to Support Machinery Control Systems (MCS) for DDG-51 Class Ships. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible firms capable of providing the supplies/services described herein prior to determining the method of acquisition. Contract Type - A Cost-Plus-Fixed-Fee (CPFF) contract is anticipated. This requirement will be awarded based on best value evaluation criteria. Period of Performance - The performance period will span five years from the date of award; and include a base period of 12-months and four 12-month option periods. Performance is anticipated to begin on or after 01 August 2019. Security Requirements - The Contractor is responsible for completing all required Government mandated training to maintain security and network access to government sites and IT systems to include but not limited to: Antiterrorism Level 1 Awareness; DoD Cyber Awareness Challenge; Combatting Human Trafficking; Records Management in the DON: Everyone's Responsibility; Training and Readiness: The Active Shooter; Constitution Day; NAVSEA Introduction to Controlled Unclassified Information; Operations Security (OPSEC); NAVSEA Counterintelligence Training; Privacy and Personally Identifiable Information (PII) Awareness Training; and NAVSEA Physical Security training. Certificates of successful completion shall be sent to the COR and as otherwise specified in the contract. Access to classified information is not required in performance of this contract. Work Location Requirements - Performance will primarily take place at the Contractor's facilities; but will also take place at NSWCPD, various ship building yards, ship homeports, and CONUS and OCONUS locations. Performance will occur at government sites primarily during required travel. Travel in support of this requirement is anticipated to include, but may not be limited to, the following alternate performance locations: Mayport, Florida; Philadelphia, PA; San Diego, CA; Norfolk, VA. Scope - The contractor shall provide engineering, technical, production and subsequent logistic support services (including personnel and facilities) required to develop and integrate technological improvements for the DDG-51 HM&E Machinery Control Systems (MCS), LCS Class MCS, and LHD/A MCS installed onboard current Navy ships, as well as support system life cycle requirements. In addition, the contractor shall provide obsolescence analysis and mitigation / solution support for DDG-51 Class, LHD/A Class and LCS Class ships. The applicable DDG-51 systems are all equipment that are part of the MCS, Engine Controllers (UECs, UEC Plus, EC), and associated support equipment currently on DDG Class ships. The applicable LHD/A Class systems are all equipment that are associated with the MCS. The applicable LCS systems are all equipment that are part of the MCS. Capability Statements: Interested businesses are invited to submit capability statements. Responses are not to exceed Ten (10) pages. Responses shall be in electronic format. A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contact (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. Capability Statements must address, at a minimum the following: Section 1: Introduction. Identify the Sources Sought Number and Title Section 2: Corporate Description. •Name of Company and address •Ownership, including whether: Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB) •Points of contact, including: Name, title, phone, and e-mail address •CAGE Code and DUNS Number (1) A complete description of the offeror's capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government's objectives as stated in the attached DRAFT Statement of Work (SOW). (2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort, Section 2. Past/Current Performance. Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the Draft SOW. Section 3. Technical Response. Provide a detailed technical response that addresses the tasks identified in the Draft SOW and the ability to fulfill the requirements identified in the DRAFT SOW attached. Information should include: •The contractor's ability to manage, as a Prime contractor, the types and magnitude of all tasking in the SOW •Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost of the contract with its' own employees in accordance with FAR 52.219-14 •The contractor's capacity, or potential approach to achieving capacity, to execute the requirements of the SOW. This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified •Contractor's ability to begin performance upon contract award. •A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts. Attachment (1) DRAFT Statement of Work (SOW) Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence. Note: Prior to the award of a cost-type task order, the Federal Acquisition Regulation (FAR) SubPart 16.301-3(a) requires that the contractor's accounting system be determined adequate for considering costs applicable to the contract or order. No telephone responses will be accepted. No contractor response received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. Questions or comments shall be submitted via email to the Contract Specialist (Megan M. McMullen) by 06 November 2018. Responses must be received no later than 2:00pm EST by e-mail to Megan.McMullen@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/97414a29671ec66d6f25e0a239b8a865)
- Place of Performance
- Address: TBD, United States
- Record
- SN05131841-W 20181025/181023230440-97414a29671ec66d6f25e0a239b8a865 (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 |