SOURCES SOUGHT
J -- USS IWO JIMA (LHD 7) Docking Selected Restricted Availability (DSRA)
- Notice Date
- 11/2/2020 6:43:42 AM
- 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
- N00024-21-R-4425
- Response Due
- 11/16/2020 9:00:00 AM
- Archive Date
- 12/01/2020
- Point of Contact
- Danielle Bences, Susan Ferralli
- E-Mail Address
-
danielle.bences@navy.mil, Susan.Ferralli@navy.mil
(danielle.bences@navy.mil, Susan.Ferralli@navy.mil)
- Description
- This is a sources sought announcement in accordance with FAR 15.201 and in anticipation of a potential future procurement program.� The Naval Sea Systems Command is conducting market research to determine industry capability and interest in performing the FY22 Docking Selected Restricted Availability (DSRA) Chief of Naval Operations (CNO) availability on the USS IWO JIMA (LHD 7) on a Coast-wide (East & Gulf Coast) solicitation.� The Naval Sea Systems Command is especially interested in determining small business capability and interest.� The Government is seeking responses from sources that can perform dry dock and pier-side maintenance, repair, and alterations anticipated to be 1/17/2022 - 5/26/2023 (subject to change). The anticipated RFP release date is on or around 3/31/2021 (subject to change). The Government has provided an outline of some of the work anticipated to be completed under the expected FY22 DSRA as an enclosure to this sources sought document (see Enclosure (1)).� The anticipated contract type will be firm-fixed price. What/Where to Submit: Companies that already possess a current NAVSEA certified Master Ship Repair Agreement (MSRA) and Agreement for Boat Repair (ABR) should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact to Commander, Naval Sea Systems Command, Attn: Susan Ferralli. �Please email your letter of interest to the Contracting Officer Susan Ferralli, susan.ferralli@navy.mil, and the Contract Specialist, Danielle Bences, at danielle.bences@navy.mil with �USS IWO JIMA (LHD 7) FY22 DSRA Sources Sought Response� in the subject field. The notice of interest should include the following information: The Name, CAGE, and DUNS code of company that intends to submit the proposal, Indicate an interest in submitting a proposal for solicitation N00024-21-R-4425 Companies that do not already possess a NAVSEA certified Master Ship Repair Agreement (MSRA) and Agreement for Boat Repair (ABR) should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact to Commander, Naval Sea Systems Command, Attn: Susan Ferralli.� Please email your letter of interest to the Contracting Officer Susan Ferralli, susan.ferralli@navy.mil, and the Contract Specialist, Danielle Bences, at danielle.bences@navy.mil with �USS IWO JIMA (LHD 7) FY22 DSRA Sources Sought Response� in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in Enclosure (1), and answers to the following specific questions. Please limit your response to no more than five (5) pages. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a 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 access to a dry dock and pier capable of berthing USS IWO JIMA (LHD 7) Does your company have a satisfactory performance record for the type of work required? �Please provide examples of relevant and recent (within three years) past performance. 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)? �In addition to the previous question, please answer the following sub-questions: Does your company plan on obtaining a NAVSEA certified Master Ship Repair Agreement (MSRA)? Does your company plan on obtaining a NAVSEA Agreement for Boat Repair (ABR)? � Given the complexity of the work described in this announcement, including Enclosure (1), please describe your company�s historical experience completing work on similar systems at a similar complexity on the critical systems outlined in Enclosure (1), or briefly describe how your company would be capable of meeting these requirements as of contract award. � 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. � No telephone inquiries will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time. When to Submit: Responses are requested no later than 11/16/2020. Notice Regarding Sources Sought: Please note that this sources sought is for information 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 at the beta.SAM.gov website. � Enclosure (1): Outline of some of the work anticipated to be completed under the expected USS IWO JIMA (LHD 7) DSRA � General Competition Area: Coast Wide � East Coast � Rough Estimate Man-Days:� Maintenance Ship Yard~ 300,000 Modernization Ship Yard~ 80,000 � Ship Particulars: Length: 844 ft. Beam: 118 ft. Draft: 27.4 ft. Displacement: 42,335 tons Air Draft (mast height above BL): 216 ft. 9.5 inches Navigational Draft: 30 ft. Class and type: WASP class amphibious assault ship� � Facility Particulars: Pier Length: >844 ft. Electrical: 7200 amps, 450 volts, 60 hz, 3 ph (UFC 4-150-02 table C-7) Compressed Air: 800 SCFM, 125 PSIG (UFC 4-150-02 Table C-2) Potable Water: 32,000 GPD, 2.5 inch hose connection (UFC 4-150-02 Table C-4) Sea Water: 4 Inch Connections (UFC 4-150-02 Table C-3), 2500 GPM (NAVSEA Technical Publication S0570-AC-CCM-010/8010), 150 PSI measured at the most remote outlet (UFC 4-150-02, Para 3-3.2.1) Sewage: 4 inch connections (UFC 4-150-02 Table C-6). Ability to accommodate and dispose of ~25,000 GPD. Mean Pier Water depth draft: ~35 feet � � The Availability�s modernization scope will include a significant amount of work across multiple trades and spaces.� The successful contractor must be able to provide an integrated production schedule that incorporates AIT, 3rd Party contractors, and Government workload.� Key trades & efforts include: structural welding, cabling pulling, piping, electrical, and ventilation work if needed. Both the prime contractor and AIT contractors will execute the structural/industrial work.� Further direction will be provided in the work specification package to define the work split. � The Availability�s maintenance requirements are expected to include the following types of work: � Hull Structure Sea Valves/Ballast Valves/Waster Sleeves Condition-based repair and replacement of watertight doors, hatches, and scuttles Preserve Superstructure Preserve underwater hull Preserve freeboard � Propulsion Plant Boiler 5-year Strength and Integrity Inspection and associated repairs Boiler 18-month Inspection and associated repairs MRG L/O Heaters and Coolers clean and inspect Remove/inspect/repair rudder seal assemblies Main Feed Pump Repairs Main Feed Booster Pump repairs Forced Draft Blower Repairs � Electric Plant and Distribution Equipment Cableway inspection and condition-based repair Circuit breaker repair � Command and Surveillance� CANES HW 1.2 SSEE INC F � Auxiliary Systems Condition-based repair and replacement of insulation and lagging in machinery spaces Overhaul A/C plant compressors Condition-based repair to ASW/FM piping (in place) as identified by the maintenance team Overhaul HPACs Overhaul LPACs Clean the CHT piping system. Also, condition-based repair to CHT pumps, piping, and valve repair Remove/preserve Port/Starboard anchors/chain Fire and Flushing Pump; overhaul Aircraft Elevator Repairs Vent Plenum repair and preservation Stern Gate Hydraulic Ram repair Sideport door repairs � � Outfit and Furnishings Condition-based interior preservation Condition-based exterior preservation Condition-based repair and preservation of the stacks Condition-based replacement of deck covering and exterior deck non-skid Condition-based replacement of flight and hangar deck non-skid Condition-based replacement of hull insulation � Armament Condition-based repair and preservation of RSLs Accomplish SOT Level III test on six of six Cargo Weapons Elevators � Ship Assembly and Support Services Services are directly related to availability, location, duration, and man-day determination.� Man-days can differ by region and whether the availability is performed in a public or private ship repair facility.� Services are predominately driven by availability duration with the exception of cleaning and pumping (tanks and bilges), crane, rigging, and temporary refrigeration services which are more ship-specific.� Temporary Air Conditioning/Lodging Hazardous waste control � � Key Maintenance Work Items (not all inclusive) Ballast Tank repair, inspect, repair and preserve Fuel Oil Service Tank; repair and preserve Fuel Oil Compensating tanks; repair and preserve CHT Tanks; repair and preserve Potable Water Tanks; repair and preserve Anchor/Chain/Chain Locker preservation Propulsion shafting inspect/repairs Rudder inspect/repairs Ventilation Duct Cleaning; accomplish Ventilation Duct repairs; accomplish High Pressure Air (HPAC) Compressor repairs Low Pressure Air (LPAC) Compressor repairs Boat Davit weight test Collection, Holding and Transfer (CHT) Piping System; hydroblast cleaning Helo Safety Net and Frame; repair Underwater Log Trunk; repair and preserve Flight Deck Nonskid; replace CHT Pump Replacement Radar Tank Level Indicator Installation Fire and Flushing Pump Turbine Overhaul � � Key Modernization Work Items (not all inclusive) NAB- Landing Force NAB- Troop Rifle Lockers CANES HW 1.2 SSEE INC F SPQ-9B NMT AN/WSC-9 Antenna Shock Upgrade ICOP LMMT � � �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/af5f2cd9c57c437cb26ddea1ab199b59/view)
- Record
- SN05844059-F 20201104/201102230147 (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 |