Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2020 SAM #6649
SOURCES SOUGHT

J -- SHIPPINGPORT (ARDM 4) FY22 Docking Service Craft Overhaul (DSCO)

Notice Date
2/10/2020 12:01:52 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376 USA
 
ZIP Code
20376
 
Solicitation Number
N0002420R4309
 
Response Due
2/25/2020 9:00:00 AM
 
Archive Date
03/11/2020
 
Point of Contact
Patti Pace, Susan Ferralli
 
E-Mail Address
Patricia.Pace@navy.mil, Susan.Ferralli@navy.mil
(Patricia.Pace@navy.mil, Susan.Ferralli@navy.mil)
 
Description
This is a sources sought notice for information and acquisition planning purposes. This is not a request for proposal (RFP) and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue an RFP, contract, or order. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. Naval Sea Systems Command (NAVSEA) is seeking small or large business concerns East Coast-wide for the SHIPPINGPORT (ARDM 4) FY22 Docking Service Craft Overhaul (DSCO).� NAVSEA is contemplating the award of one (1) firm-fixed-price contract for the scope of work. The applicable NAICS is 336611, Ship Building and Repairing. Medium auxiliary repair dock SHIPPINGPORT (ARDM 4), homeport Naval Submarine Base New London, Groton, CT, has a planned FY22 DSCO availability from February to August 2022 to accomplish maintenance, modernization, and repair tasks.� This will be a short-term availability of approximately seven (7) month.� (10 U.S.C. � 8669a defines a short-term availability as less than ten (10) months in duration.)� If there is not adequate competition in the homeport area, it is contemplated this requirement will be competed among East Coast-wide firms. Required Capability: A prospective contractor must be able to perform installation & removal of modifications necessary for local or open ocean tow to and from contractor's facility and return.� Work control program (Danger/Caution Tag-Outs, WAFs,) Confined space entry (Gas Free capability) *This will require an Memorandum Of Agreement (MOA) between the Lead Maintenance Activity (LMA) and General Dynamic Electric Boat (GDEB) for space entry under the LMA�s Gas Free certification Rail (Crane & Auto Centering System) Alignment Ample staging for 20 ballast tanks and all external work Work requirements may include: access ladder preservation,� remove and replacement the Emergency Diesel Generator and supporting systems, ballast tanks preservation and repair, dock & undock,� flying bridge preservation, freeboard preservation and repair, grit blast tanks, hazardous waste, outrigger preservation, outrigger wood decking preservation, pump rooms preservation and repair, spudmoor system overhaul, stanchion repairs and preservation, submarine service booms preservation and repair, temporary services, weight test port and starboard capstans, wing walls preservation and repair, wing wall non-skid, underwater hull preservation and repair, and voids preservation and repair.� To be eligible for award, a prospective contractor must: Possess a Master Ship Repair Agreement (MSRA) or possess the necessary qualifications to perform the work and agree to execute a master agreement prior to award (award estimated first quarter FY22), in accordance with DFARS 217.7101-3.� Information regarding MSRA qualifications can be found here: http://www.navsea.navy.mil/Home/RMC/CNRMC/MSR-ABR/���� Possess a NAVSEA certified or commercially certified graving dry dock of sufficient size to accommodate a medium auxiliary repair dock such as SHIPPINGPORT (ARDM 4).� Possess a pier capable of berthing a medium auxiliary repair dock such as SHIPPINGPORT (ARDM 4) with the minimum characteristics: Pier Length: >= 450 FT Min Water depth (MLW): 18 FT Electric Power:�800 amps, 450 volts, 60 hz, 3 ph� (2 cables 400amps each) Saltwater: 1000 GPM (UFC 4-150-02 Table C-3) 150 PSI measured at the most remote outlet Potable Water: 1200 GDP (UFC 4-150-02 Table C-4) Compressed Air: Oil/Moist free 2 inch supply line/ 600 SCFM Telephone: 10 direct trunk lines connected to municipal telephone system Waste Water: Ability to accommodate and dispose of 5000 GDP of effluent and waste water. T-1:T-1 line capable of delivering Non-secure Internet Protocol Router Network (NIPRNET) at a minimum of 10 network connection 4. Have demonstrated knowledge of and adherence to the following required certifications, standards and instructions: Safety Certification Program For Drydocking Facilities and Shipbuilding Ways for U.S Navy Ships (MIL-STD-1625D(SH), dated 27 August 2009) ASQ/ANSI/ISO 9000:2015: Quality Management Systems � Fundamentals and Vocabulary Joint Fleet Maintenance Manual (JFMM), Volume II, Integrated Fleet Maintenance, Part I, Chapter 3, Chief of Naval Operations Scheduled Maintenance Availabilities (COMUSFLTFORCOMINST 4790.3 REV D, II-I-3 (16 Oct 2019)) 5. Have demonstrated capability to complete complex Chief of Naval Operations (CNO) Availability level requirements. Interested vendors should submit a capabilities statement (not to exceed five pages) that demonstrates their capability to perform the services described herein. The capabilities statement shall include: Company name Address Business size (large, small, small disadvantaged, 8(a), women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned) [more than one category may be selected as applicable] Point of contact (POC) information for the interested firm Master Ship Repair Agreement (MSRA) number and date. Interested contractors who do not currently hold an MSRA should provide supporting evidence sufficient to assess their eligibility to obtain a MSRA prior to the estimated award timeframe of first quarter FY22. Information about the firm's available dry dock and pier that meets requirements listed above. Describe the firm�s experience performing similar repair requirements with at least 51 percent of the work performed by the firm. Identify by contract number past or current contracts and/or subcontracts that were awarded to the firm, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a point of contact for the customer/recipient of the work performed. The Government will evaluate each respondent's capabilities statement to determine if the respondent has the requisite technical capabilities, NAVSEA certified dry dock, and experience to complete the requirements described herein. No telephone inquiries will be accepted. The Government does not commit to providing a response to any comments or questions. No basis for a claim against the Government shall arise as a result of this announcement. Responses should be received no later than 12:00PM Eastern Time, 25 February 2020. All responses should be forwarded to Ms. Susan Ferralli, email: susan.ferralli@navy.mil and Ms. Patricia Pace, email: patricia.pace@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/53973127670540e39c424567baac2c1e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05556120-F 20200212/200210230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.