SOURCES SOUGHT
J -- New England Maintenance Manpower Initiative (NEMMI)
- Notice Date
- 11/29/2021 10:44:30 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
- N0002423C4300
- Response Due
- 12/14/2021 2:00:00 PM
- Archive Date
- 12/29/2021
- Point of Contact
- Ryan M. Perry, Phone: 2027810620, Cara Poole
- E-Mail Address
-
ryan.m.perry.mil@us.navy.mil, cara.l.poole.civ@us.navy.mil
(ryan.m.perry.mil@us.navy.mil, cara.l.poole.civ@us.navy.mil)
- Description
- Contracting Office Address: Naval Sea Systems Command (NAVSEA) 1333 Isaac Hull Avenue SE Washington Navy Yard, District of Columbia 20376 Primary Place of Contract Performance: Naval Submarine Base New London, Connecticut 06340 INTRODUCTION: This is a sources sought announcement in accordance with FAR 15.201.� The Naval Sea Systems Command (NAVSEA) is conducting market research to determine industry capability and interest in providing New England Maintenance Manpower Initiative (NEMMI) support for non-nuclear related repair services in support of returning mission-ready nuclear submarines to the fleet. NAVSEA is interested in determining small business capability and interest. The Government is seeking responses from sources that can provide NEMMI support by 01 November 2022. INSTRUCTIONS TO INTERESTED PARTIES: Interested companies should submit, on company letterhead, a notice of interest including the company name, Commercial and Government Entity (CAGE) code, mailing address, place of performance, and an appropriate point of contact information. Responses must also identify if the company is a large or small business. All information in responses shall be unclassified. The response format shall be white papers sent as data files via email. White papers shall be limited to twelve pages with two additional pages for technical drawings. EMAIL RESPONSE INSTRUCTION: Email Subject: NEMMI Sources Sought Response_COMPANY NAME Sent Email To: Captain Ryan Perry (Contracting Officer); ryan.m.perry.mil@us.navy.mil ����������������������� �Cara Poole (Contract Specialist); cara.l.poole.civ@us.navy.mil WORK REQUIREMENTS: The Government requirement entails direct labor, supervision, engineering and administrative support, to provide intermediate and depot level overhaul, repair, and modernization services in support of operational nuclear powered submarines. � The dynamics of submarine force operations require a NEMMI capable supplemental workforce located at the Naval Submarine Support Facility (NSSF), New London, CT, to accomplish operational submarine maintenance, repair, and modifications to maintain fleet readiness and operational commitments. The contractor must provide nuclear qualified shipyard staff, be listed in NAVSEA NOTICE 5000 (Activities Authorized to perform SUBSAFE, FBW-SCS, and DSS-SOC work), and maintain a staff in close proximity to SUBASE, New London. The contractor must be capable of providing the necessary mix of personnel in a rapid timeframe. White papers should address the submitter�s technical expertise and the technical approach of fulfilling all requirements as listed above. DISCLAIMER: This is a Sources Sought/Request for Information (RFI) notice only.� This request is for informational planning purposes and is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services.� This notice does not constitute a solicitation or a promise of a solicitation in the future.� This request does not commit the Government to contract for any supply or service.� Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice.� All costs associated with responding to this request are solely at the responding parties� expense.� It is desirable that data be received with unlimited rights to the Government. Nevertheless, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Respondents are solely responsible for properly marking and clearly identifying any 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.� Proprietary information received in response to this notice will be safeguarded and handled in accordance with applicable Government regulations.� Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement.� The Government will not be obligated to pursue any particular acquisition alternative because of this notice.� Responses to the notice will not be returned.� Not responding to this notice does not preclude participation in any future solicitation, if one is issued.� Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d3b6524909b84cccb494d9849d73bb09/view)
- Place of Performance
- Address: Groton, CT 06340, USA
- Zip Code: 06340
- Country: USA
- Record
- SN06186956-F 20211201/211129230121 (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 |