Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2020 SAM #6799
SOURCES SOUGHT

R -- Test Site/Industrial Installation, Outfitting and Integration Support Services

Notice Date
7/9/2020 12:38:36 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
 
ZIP Code
19112-1403
 
Solicitation Number
20-MLD-039
 
Response Due
7/23/2020 1:00:00 PM
 
Archive Date
08/07/2020
 
Point of Contact
Marissa Dickens, Phone: 2158971947
 
E-Mail Address
marissa.dickens@navy.mil
(marissa.dickens@navy.mil)
 
Description
SOURCES SOUGHT NOTICE FOR NAVAL SURFACE WARFARE CENTER PHILADELPHIA DIVISION (NSWCPD) SUBJECT:� Test Site/Industrial Installation, Outfitting and Integration Support Services 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. INCUBMENT:� Rhoads Industries Inc. PREVIOUS STRATEGY: This is a follow-on to N64498-18-C-4002 ANTICIPATED AWARD DATE:� Q1 FY21 CONTACT POINTS:� Marissa Dickens Contract Type - A Cost-Plus-Fixed-Fee (CPFF) contract is anticipated.�� Period of Performance - The performance period will span five (5) years from the date of award; and include a base period of twelve (12) months and four (4) twelve (12) month option periods.� Performance is anticipated to begin on or after 01 April 2021. 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.�� An Active Confidential Facility Clearance (FCL) is required for performance on this contract. The contractor must have a Safeguarding Level of Confidential.� In conjunction, the contractor will be required to access information and equipment classified at the Confidential National Security Information (NSI) level in order to provide industrial support services within facilities that actively supports the Navy Nuclear Propulsion Program (NNPP).� The requirements of the attached DD Form 254 apply. Scope - The Contractor shall provide management support, installation integration support, outfitting, installation and fabrication, test planning support, test execution support, material procurement incidental to installation, removal of shipboard machinery systems and associated components, flushing, cable testing and other associated support services.� The contractor shall provide constructability support on drawing designs for installations of systems and equipment under the cognizance of NSWCPD and the test facility Program. This includes all existing and proposed Hull, Machinery Electrical (HM&E) submarine systems and equipment. The outfitting integration services will range from small test stands to full scale efforts replicating actual shipboard power, propulsion systems and ancillary equipment to be installed at NSWCPD.� Integration support shall be provided through all ranges of outfitting and installation from conceptual through execution and test and evaluation cycles.� In support of integration, the contractor shall be required to understand and support Production Readiness Reviews, Integrated Test Readiness Reviews and Integrated Schedule Reviews.� This SOW outlines general contractor requirements and will be supplemented by specific detailed work statements in each individually issued Technical Instruction.� All deliverables shall be submitted in accordance with the Contract Data Requirements List (CDRL). Capability Statements: Interested businesses are invited to submit capability statements. Responses are not to exceed Five (5) 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 it relates to the scope section of this sources sought. � (2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort. (3) Demonstrated ability to obtain security clearances at the time of contract award or within 45 calendar days for all personnel expected to provide support in accordance with the above requirement. Section 3. 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 scope section of this sources sought. Section 3.� Technical Response.� Provide a detailed technical response that addresses the tasks identified in the scope section of this sources sought. Information should include: �������� The contractor's ability to manage, as a Prime contractor, the types and magnitude of all tasking in the scope section of this sources sought. �������� 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 description of scope section of this sources sought. 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. 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. Prior to the award of a cost-type contract, 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. Responses must be received no later than 4:00pm EST by e-mail to Marissa.dickens@navy.mil on or before 23�July 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c7bf70be626e447994bad09f7c6f737f/view)
 
Place of Performance
Address: Philadelphia, PA 19112, USA
Zip Code: 19112
Country: USA
 
Record
SN05716865-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 |
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.