SOURCES SOUGHT
J -- Indefinite Delivery Indefinite Quantity-Multiple Award Contracts (IDIQ-MACs) for Complex and Non-Complex Emergent & Continuous Maintenance (EM/CM) and CNO Availabilities on Surface Combatant and Amphibious Class Ships Homeported or Visiting San Diego, CA
- Notice Date
- 7/9/2020 1:49:41 PM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-20-R-4427
- Response Due
- 7/27/2020 5:00:00 PM
- Archive Date
- 08/11/2020
- Point of Contact
- Melissa Donnelly, Contracting Officer, Phone: 2027815449, Benjamin Smallenbroek, Contract Specialist, Phone: 2027812728
- E-Mail Address
-
melissa.donnelly@navy.mil, benjamin.smallenbroe@navy.mil
(melissa.donnelly@navy.mil, benjamin.smallenbroe@navy.mil)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- The Naval Sea Systems Command (NAVSEA), Washington DC intends to issue solicitation N00024-20-R-4427 for the award of Indefinite Delivery Indefinite Quantity-Multiple Award Contracts (IDIQ-MACs) for non-complex and complex Emergent & Continuous Maintenance (EM/CM) and CNO Availabilities as part of the U.S. Navy�s Surface Ship Maintenance, Repair and Modernization 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 Business concerns are reminded that in the performance of contracts awarded under small business set-aside procedures, at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials, shall be performed by the concern. NAVSEA intends to release solicitation N00024-20-R-4427 for Surface Combatant (CG and DDG) class ships and for Amphibious (LPD, LSD, LHA, LHD) class ships that may result in multiple contracts on both the east and west coast.� Each contract will include a base year and option periods.� The ship repair IDIQ-MACs are supply contracts with incidental service elements.� The supply being procured is the repaired, mission-ready vessel, which is returned to service within the Fleet.� An offeror may propose on one or more lots. It is anticipated there will be two lots as listed below, or grouped as appropriate. Complex Ship Repair & Overhaul - DDG, CG and Amphibious Class Ships Homeported in or visiting Norfolk, VA and San Diego, CA Non-Complex Ship Repair & Overhaul - DDG, CG and Amphibious Class Ships Homeported in or visiting Norfolk, VA and San Diego, CA The requirement includes docking and non-docking CNO scheduled availabilities less than 300 days in production duration, CM, and EM ship availabilities that include work on shipboard critical and non-critical systems for those vessels homeported in or visiting the following locations: Norfolk, VA and San Diego, CA.� This solicitation is for Firm Fixed Price type contract that includes provisions to issue cost type delivery orders. Awardees will be provided a fair opportunity to be considered for each delivery orders solicited under an IDIQ-MAC contract based on the specific work requirements.� This solicitation will be for a Firm Fixed Price type contract that includes Firm Fixed Price type delivery orders.� Since there are Firm Fixed Price CLINs anticipated to be included in the solicitation, a DCAA approved accounting system is not required to be eligible for award of a prime contract. The Navy reserves the right to conduct an Estimating System review, as well as Financial Capability reviews at the MAC level.� Additionally, the Navy reserves the right to conduct a Financial Capability Review at the Delivery Order Level.� Financial capability reviews are now being conducted by DCMA instead of DCAA. Documentation for this review will need to be provided to DCMA upon request by the PCO after contract award. MSRA Equivalency Inspections and Other Pre-award Surveys: To be eligible for the IDIQ-MAC award, a prospective contractor must possess a Master Ship Repair Agreement (MSRA) as described in DFARS 217.71 Master Agreement for Repair and Alteration of Vessels (MARAV) or demonstrate organization and facilities equivalent to that reflected in a MSRA. Offerors meeting this eligibility requirement with documents and evidence outside of a MSRA must contact Dan Magrino at daniel.magrino@navy.mil, Melissa Donnelly at melissa.donnelly@navy.mil, or the Contract Specialist, Ben Smallenbroek, at benjamin.smallenbroe@navy.mil to schedule an on-site inspection. The on-site inspection will supplement documentation provided with the offeror�s proposal. The Government reserves the right to conduct a pre-award survey or to require other evidence of technical, production, managerial, financial, and similar abilities to perform prior to the award of any proposed contracts; regardless of whether the offeror has an existing MSRA. The IDIQ-MACs will be competitively awarded to at least two IDIQ-MAC holders each. During execution, the Government will solicit individual Delivery Orders amongst the IDIQ-MAC holders based on actual work packages. The Government expects to compete Delivery Orders amongst the IDIQ-MAC holders on a Fixed Price basis to the maximum extent possible. However, Cost Orders and sole source orders may be issued as necessary if requirements� fidelity and urgency precludes Fixed Price and/or competitive action. NAVSEA is currently contemplating awarding IDIQ-MACs in each homeport area to complete the following types of work: Lot 1: Complex Ship Maintenance, Modernization and Repair on US Navy Surface Combatants (DDG and CG class ships) and Amphibious Ships (LHA, LHD, LPD & LSD class ships) home-ported in and visiting the East and West Coasts. To complete this work, IDIQ-MAC holders are expected to have the facilities, knowledge, skills and experience necessary to complete Non-Complex Maintenance, Modernization and Repair Availabilities on all US Navy Surface Combatants and Amphibious Ships. Non-Complex Availabilities are: Emergent or Continuous Maintenance Availabilities (EM/CM) that typically will include Work Certification requirements, as defined in Enclosure A. Non-Complex Availabilities will not include work on critical systems as described in Enclosure B. Enclosure C shows the expected number of Availabilities and the expected size (in man-days) of availabilities meeting these specific criteria. Delivery Orders for EM/CM availabilities will typically be performed at Government Pier-spaces. After reviewing the responses to this RFI, the Government may further limit the Availabilities considered non-complex to those below to-be-determined thresholds for 1) number of Work Items, 2) dollar value and/or 3) Availability duration, based on a review of Industry�s capabilities and capacity. Lot 2: Non-Complex Maintenance, Modernization and Repair on all US Navy Surface Combatants (DDG and CG class ships) and Amphibious Ships (LHA, LHD, LPD & LSD class ships) home-ported in and visiting the East or West Coasts. To complete this work, MAC-IDIQ Holders are expected to have the facilities, knowledge, skills and experience necessary to complete multiple concurrent Complex Availabilities, including both complex EM/CM and CNO Availabilities on US Navy Surface Combatants and Amphibious Ships. All CNO Availabilities are considered complex, as they typically require a high degree of integration across critical and high growth systems. Complex EM/CM are those Availabilities that include work on critical systems. Delivery Orders for complex EM/CM availabilities will typically be performed at Government Pier-spaces. Delivery Orders for Non-Docking and Docking CNO availabilities will typically be performed at Contractor Piers and Dry-Dock facilities. The number and size (in man-days) of the typical availabilities expected to be included in the complex MAC-IDIQs are shown in Enclosure C. REQUIREMENT: In performing the resulting contract, as tasked in individual DOs, the Prime Contractor(s) will be required to: Provide all required facilities and supporting services and equipment (except those furnished by the Government under express provisions of this contract or subsequent Delivery Orders (DOs)) in the Norfolk, VA and/or San Diego, CA homeport. Provide an established management organization geared toward ship repair at all levels of size, value and complexity, with clear lines of authority, delegation of responsibility and mid-level managerial positions, capable of managing production, quality assurance, material procurement/control and subcontractor control and developing and integrating planning, estimating and scheduling functions. Complete, control, integrate, schedule, and progress a diverse set of ship repair capabilities. Provide engineering and design support to diagnose and evaluate technical problems and issues and to make competent technical recommendations. Procure and control material. This includes purchasing, monitoring, receiving, inspecting, segregating, issuing, determining nonconformance, and disposing of material. This also includes providing an inventory system for both Government Furnished Material and Contractor Furnished Material, including ordering, tagging and warehousing of material. All materials selected for installation must meet the specified standard military performance specifications, Federal performance standards, and may require to be listed on a Qualified Products List (QPL) for shipboard installations to ensure meeting the designated/engineered requirements for boundary locations, fire insulating/fire retardant properties, durability requirements, and for the reduction of toxic compounds produced/released should the material be ignited or installed in a confined space. Provide a quality control organization meeting ISO 9000 series standards. Perform Non-Destructive Testing. Provide Qualified Welding. Manage subcontractors, including selecting, scheduling, managing, monitoring and controlling of subcontractors. Manage all Safety/Security, including performing safety training, provide required first aid/medical services, performing fire protection/procedures, and providing physical yard security. Control Hazardous Material/Waste. Satisfy all legal requirements for removal, storage and disposal of hazardous waste. This includes providing segregated storage of Hazardous Material, obtaining all required State/Federal agency issued hazardous waste generator numbers and disposal documentation. NAVSEA SI 009-106; The Work Authorization Form Coordinator (WAFCOR) shall be responsible for the work authorization control process for all Repair Activity (RA) work being performed during the contract performance period. The WAFCOR shall receive, process, compare, and coordinate all Work Authorization Forms (WAFs) and Technical Work Documents (TWDs) submitted by RAs in accordance with the requirements of Volume IV, Chapter 10, of the Joint Fleet Maintenance Manual. CAPABILITIES AND CAPACITY STATEMENT There are four principle types of work that the Government is attempting to determine the appropriateness of a small business set-aside. They are: Non-complex Emergent and Continuous Maintenance Complex Emergent and Continuous Maintenance Non-Docking CNO Availabilities Docking CNO Availabilities Interested parties shall submit a comprehensive Capabilities and Capacity statement that describes the firm�s capabilities and capacity to meet the Government�s requirements. The statement should quantify capabilities and capacity to the greatest extent possible so that the Government can determine Industry�s capabilities, both at the individual contractor level and as a whole, in order to determine whether and to what extent a small business set aside is viable. To that end, provide the following information: Positive statement of intent to bid as a prime contractor addressing EACH �type of work� on which the firm would expect to submit an offer. Please provide this feedback across all �types of work� on the first page of the RFI response. An outline and description of resources available to accomplish each of the four �types of work�. Please describe any teaming agreements, resource sharing agreements or other methods that your company may employ that would augment these resources in the case of surge or other increased requirements. Please quantify limits of the resources described, in terms of the maximum number of concurrent actions that your company could complete. Please also describe typical demands for these resources outside the requirements described herein (such as demands from other Government agencies, demands from competing commercial work) that your company would expect to continue into the future which would limit your capacity under the contemplated MAC- IDIQs. Submittals must clearly distinguish in-house resources from sub-contracted resources and include the areas noted below. Finally, please describe the minimum number of actions and man-day workload across a year necessary to sustain the economic viability of your company�s pursuit and completion of Navy work. Facilities Capability and Capacity - Does your company have the necessary production and technical equipment and facilities, or the ability to obtain them? Please describe the certification status of the production and technical equipment and facilities. Please also describe your company�s ability to store and manage LLTM/GFM, and whether your company could manage material requirements for several comprehensive/technically challenging maintenance and repair activities simultaneously? Management Capability and Capacity - What is your company�s experience/strategy/capability in scheduling/managing/executing repair activities? Please describe whether your company has the experience/strategy/capability to schedule/manage/execute several comprehensive/technically challenging maintenance and repair activities simultaneously? Personnel Capability and Capacity: Describe your company�s mix and number of trained/qualified trade skill, and project management personnel (including areas such as subcontractor management, work scheduling and integration, test integration, material management and control, QA etc.) to complete both individual and collections of ship repair Availabilities. Explain your firm�s process for obtaining and maintaining the necessary security clearances and base access (e.g., RAPID GATE), knowledge of and access to the necessary computer systems (e.g., NMDR, PKI Certs, drawings, material systems, etc.), and knowledge of NAVSEA Standard Items and associated NAVSEA Technical Standards and specifications in time to fully support execution of several comprehensive/technically challenging maintenance and repair activities simultaneously, while concurrently bidding on others? Describe your company�s ability to obtain and sustain these capabilities and the associated qualified production staff to bid for and complete the Navy�s requirements during periods of volatile workloads and extended periods of low workload across the MAC�s period of performance? Corporate experience: Provide relevant information about your corporate experience, including a narrative description of the experience and identification of contracts performed in the last three (3) years. Describe your company�s experience performing Availabilities in both the complexity and volume contemplated herein. As part of your narrative, please describe your company�s utilization of any teaming agreements, resource sharing agreements or other methods that your company has employed to augment resources constraints. Please describe your typical workload (in terms of the number, type and size of concurrent actions). Please also describe your experience (and relative success) completing high or surge workload volumes (in terms of the number, type and size of concurrent actions). Describe your ability to fund/maintain the necessary trained/qualified trade skill, project management and scheduling support staff to support more than one availability while concurrently bidding on others during periods of volatile workload and extended periods of low workload? Relevant Examples - The information provided for each named contract shall include: type of project, dollar value, location, Point of Contact (including name, title, phone number and email address). If the work was accomplished as a prime contractor, please indicate the percentage of work, if any, which 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 experience information submitted is for effort other than that provided in support of U.S. Naval Surface Fleet Vessels, explain how that experience will enable the firm to successfully meet the requirements of the contemplated contract(s). If an interested party is 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 work described herein. State the firm�s current clearance level, if any, for facilities and personnel. Please provide specific evidence of financial responsibility. Please describe any constraints or limits to your company�s financial responsibility that may limit the amount or type of Availabilities that your company can complete, concurrently or cumulatively. Provide any feedback/comments you may have regarding this contract vehicle. How do we maximize competition while minimizing the likelihood of 1 bid or 0 bid scenarios for EM, CM and CNO availabilities? What concerns does your company have on your ability and willingness to fund/maintain staffing, RAPID Gate, Computer systems access, GFM storage, and current Navy Standard Item requirements to support both workload peaks as well as volatile and, at times, low workload slumps? 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. QUESTIONS: Please email questions concerning the IDIQ-MAC solicitation directly to the Contracting Officer, Dan Magrino, at daniel.magrino@navy.mil, and Melissa Donnelly, at melissa.donnelly@navy.mil, or the Contract Specialist, Ben Smallenbroek, at benjamin.smallenbroe@navy.mil. The solicitation will be issued electronically via the System for Award Management website, beta.sam.gov, and interested parties must comply with the terms of the announcements. Interested offerors should monitor the SAM page for the release of the solicitation, and any applicable amendments. Offerors must be registered in SAM in order to participate in this procurement at https://www.sam.gov/portal/public/SAM/. SAM is the single point of entry for posting of the synopsis and solicitations to the internet. SUBMISSION DETAILS: Interested companies should submit, on company letterhead, a notice of interest, including the name, telephone number, mailing address and email address of one (1) point of contact� electronically to: Dan Magrino at daniel.magrino@navy.mil, Melissa Donnelly at melissa.donnelly@navy.mil and Ben Smallenbroek, at benjamin.smallenbroe@navy.mil� An email acknowledging receipt will be sent within 1 business day to each individual submission. �The electronic submission should be digitally signed and the email transmittal should have the subject line �IDIQ-MAC East/West Sources Sought Response� in the subject field. The notice should also include a brief description of your company and its capabilities as they relate to either Lot 1 or Lot 2, as well as answer the questions below. Please limit responses to no more than 10 pages. Does your company plan to submit a proposal in response to Lot 1 or Lot 2?� Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (small business must have 1,250 or less employees)? How many employees does your company have? Does your company have a website? If so, what is your company�s website address? Does your company have a performance record for work similar to work sought here? If so, please provide examples of recent performance within the past three years. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? If you plan to compete for Lot 1: Does your company currently own and operate a fully functioning dry dock (certified IAW MIL-STB-1625) with the capabilities to perform LCS ship maintenance and sustainment requirements? If your company does not own a dry dock, can they gain access to a drydock via Teaming or Resource Sharing Agreement? Is your company a MSRA holder? Information provided shall be treated as Business Sensitive or confidential to the responder, exempt from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government. NAVSEA may request further information regarding the capabilities of respondents to meet the requirements set forth in the Announcement. This sources sought announcement is released in accordance with FAR 15.201. This sources sought announcement is not a request for proposal. The purpose of this sources sought announcement is to gather information from the market place. Information provided in response to this sources sought announcement will not be considered an Offer by the responding contractor and cannot be accepted by the Government to form a binding contract. When to Submit: RFI Responses are requested by 5:00 PM Eastern Time, 24 July 2020. Notice Regarding Sources Sought: Please note that this sources sought is for informational purposes and to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government of any kind. Other: The Government will not pay for any effort expended or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided. Future information, if any, will be posted on beta.SAM.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/43191f7c4f0846be8f115732c96ff8ff/view)
- Place of Performance
- Address: San Diego, CA, USA
- Country: USA
- Country: USA
- Record
- SN05716848-F 20200711/200709230145 (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 |