Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 21, 2021 SAM #7172
SOURCES SOUGHT

19 -- Multi Mission Surface Combatant (MMSC) Post Shakedown Availability (PSA)

Notice Date
7/19/2021 11:30:42 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-2310
 
Response Due
9/17/2021 12:00:00 PM
 
Archive Date
10/02/2021
 
Point of Contact
Steven Noel, Phone: 2027810517, Christopher Pellecer, Phone: (202) 812-4492
 
E-Mail Address
steven.w.noel@navy.mil, christopher.b.pellecer.civ@us.navy.mil
(steven.w.noel@navy.mil, christopher.b.pellecer.civ@us.navy.mil)
 
Description
SOURCES SOUGHT SYNOPSIS The Naval Sea System Command (NAVSEA) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this FY23 requirement for Industrial Post Delivery Availabilities (IPDAs), Continuous Maintenance Availabilities (CMAVs), and Post Shakedown Availabilities (PSAs) for four (4) Multi Mission Surface Combatants (MMSCs).� The result of this market research will contribute to determining the method of procurement. �The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611 Ship Building and Repairing.� The size standard for NAICS code 336611 is one thousand (1,000) employees.� THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.� IPDAs are intended to accomplish critical engineering changes that would impact the accomplishment of Post Delivery Test and Trials (PDT&T). IPDA is scheduled following the transit to Mayport, FL and prior to the commencement of PDT&T. IPDA work packages can vary in scope and complexity. 80,000 to 120,000 man-hours are projected for each MMSC. Typically, during the IPDA period additional work scope is performed by Alteration Installation Teams (AITs) and other outside activities.� The IPDA is normally accomplished within a period of approximately eight to ten (8-10) weeks, depending on the size of the IPDA work package. IPDAs are expected to be accomplished at the contractor�s facilities. The ship�s operating crew will remain onboard during the IPDA. CMAVs are intended to accomplish non-emergent ship repair work. The CMAV work packages can vary in scope. 20,000 to 30,000 man-hours are projected for each MMSC. Typically, during the CMAV period additional work scope that is performed by Alteration Installation Teams (AITs) and other outside activities.� The CMAV is normally accomplished within a period of approximately three to five (3-5) weeks, depending on the size of the CMAV work package. CMAVs are accomplished pier side in Mayport, FL. The ship�s operating crew will remain onboard during the CMAV. PSAs are intended to accomplish correction of Government-responsible trial card deficiencies, new work identified between ship custody transfer and the start of the PSA, and the incorporation of approved engineering changes not implemented during the construction period. It is anticipated that the ship will be drydocked. PSA work packages can vary in scope and complexity. 180,000 to 250,000 man-hours are projected for each MMSC. Typically, during the PSA period additional work scope that is performed by Alteration Installation Teams (AITs) and other outside activities.� The PSA is normally accomplished within a period of approximately twelve to fifteen (12-15) weeks, depending on the size of the PSA work package. PSAs are expected to be accomplished at the contractor�s facilities. The ship will be deemed uninhabitable during PSA and the crew will be moved off the ship. The contractor is expected to provide for the necessary program management in order to adequately manage and support the entire IPDA, CMAV, and PSA work scopes, and integrate that work scope to be accomplished by AIT�s or outside activities that is not the responsibility of the contractor to perform.� In support of the IPDA and PSA, a resource-loaded Integrated Master Schedule (IMS) that provides for accomplishment of the total availability work package, including AIT and other outside activity installation modifications, will be required.� Facility requirements include:� U.S. Navy certified dry dock facilities capable of docking a 4,200-ton, length 118.1 meters, beam 17.6 meters vessel. Ship Pier/berthing capability (minimum pier side depth of 18 feet required). Warehouse/storage facilities to accommodate pre-positioning and long lead time material procured by the Planning Yard. Minimum 6,000 square feet of office space for Government use, to include internet and phones for up to 40 people, adjacent to the ship. �Parking for those individuals within a 10-minute walk of the facility. Sufficient indoor and outdoor production facilities to perform marine pre-fabrication, repair, and machining onsite. Crane and transportation services. Power, compressed air, water, and sewage for PSA industrial effort and for Government and office space. A secure, environmentally controlled environment/facilities available for combat systems and electronics equipment. Anti-terror/force protection measures employed at the Contractor�s facilities in accordance with NAVSEA Standard Item 009-72. NAVSEA qualified aluminum and steel welding capability. Facility security clearance issued by the Defense Security Service at the SECRET level Work shall be completed in a manner which affords for Naval Supervisory Authority certification of the IPDA, CMAV, and PSA. The homeport location for MMSC during the Post Delivery period is Naval Station Mayport, Florida. Unlike United States Navy (USN) ships, there is no requirement to accomplish the MMSC IPDA or PSA near the homeport. For purposes of this Sources Sought, the contractor�s facilities must be within 800 miles of Mayport, FL. If your organization has the potential capacity to perform the above-described efforts, please provide the following information: 1) Organization name, address, e-mail address, web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. �If significant subcontracting or teaming is anticipated to deliver technical and industrial capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate responses to ascertain potential market capacity to 1) provide efforts consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of personnel and risk mitigation. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. In accordance with FAR 52.219-14, should the prospective contract be competed as a small business set aside, the prospective offeror would be required to perform 50% of the cost of manufacturing, to include industrial work, planning, engineering, and program management.� If you are a small business, include a description of your plan to meet the requirements listed above 1 within the capability statement portion of your submission.� Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the herein described efforts are invited to submit a response to this Sources Sought Notice by 1500 Eastern Standard Time on 17 September 2021 (60 days after release). �All responses under this Sources Sought Notice must be emailed to the procuring contracting officer (PCO) Chris Pellecer (christopher.b.pellecer.civ@us.navy.mil) and the contract specialist (CS) Steven Noel (steven.w.noel@navy.mil). Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. �The Government will not be liable for or suffer any consequential damages for any proprietary information not properly marked and clearly identified. �Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. Please choose one of the methods below to submit your response: 1.� For electronic file sizes over 5 MB upload and submit your response to the Safe Access File Exchange (SAFE) application (https://safe.apps.mil).� Please follow the steps below: A. Notify the CS your intent to submit a response to the source sought; the CS will initiate a unique upload request for your response, which will be delivered via an email from NoReplyTo@mail.mil (the link is valid for 14 days) B. Follow the link provided in the email; the URL may contain https://no-click.mil/?, if so remove that segment and insert the remainder into your web browser�s address bar C. Click �Cancel� when prompted to select an authentication certificate D. If your response contains Business Sensitive Information, check the box next to �Encrypt every file (REQUIRED FOR FOUO, PII, AND PHI)� E. Either drag your response file(s) into the browser window or individual select them by clicking the button labeled �Click to Add Files or Drag Them Here� F. Enter a description next to the file(s) G. Click �Drop-off Files� 2.� For electronic file sizes fewer than 5 MB send by email to the PCO and CS. 3.� Submit digital copies files on CD or DVD by mail. Include two digital copies (e.g., 2 CD�s or 2 DVD�s). Mailing address: XXXX. Please label your package with the solicitation number N00024-21-R-2310.� Note: Preferred method of sending in responses for all electronic file sizes is by the SAFE application; however, responses will be accepted by email and mail as described above. NOTICES REGARDING SOURCES SOUGHT: This sources sought does NOT constitute a Request for Proposal and is not to be construed as a commitment, implied or otherwise, by the Government that a procurement action will be issued. No telephone inquiries will be accepted and requests for solicitation packages will not be honored, as no solicitation is intended at this time. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS SOURCES SOUGHT. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of the requested information. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests. Responses to this Sources Sought may be considered in the future determination of an appropriate acquisition strategy for the program. The Government may not respond to any specific questions or comments submitted in response to this Sources Sought or information provided as a result of this request. Any information submitted by respondents as a result of this notice is strictly voluntary. NOTICE REGARDING PROPRIETARY INFORMATION: All submitted materials will be designated for Government Use Only. Third party support contractors providing support to the MMSC program may have access to the submitted material. These contractors have executed non-disclosure agreements. Submission of material requested in this Sources Sought shall constitute consent to allow access to the material/information by any relevant third-party support contractor supporting the MMSC program. Submitted material/information will be safeguarded in accordance with the applicable Government regulations.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3463fec5ea9c4b4ebb32b413e4f1cc1a/view)
 
Place of Performance
Address: Jacksonville, FL 32228, USA
Zip Code: 32228
Country: USA
 
Record
SN06066269-F 20210721/210719230116 (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.