SOURCES SOUGHT
99 -- US Navy Submarine FY23 Extended Refit Period (ERP)
- Notice Date
- 11/16/2022 11:07:11 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A-23-R-0801
- Response Due
- 11/30/2022 2:00:00 PM
- Point of Contact
- Kelly Burch, Contract Specialist, Andrew M. Skelley, Contracting Officer
- E-Mail Address
-
kelly.m.burch.civ@us.navy.mil, andrew.m.skelley.civ@us.navy.mil
(kelly.m.burch.civ@us.navy.mil, andrew.m.skelley.civ@us.navy.mil)
- Description
- United States Navy (USN) Submarine FY23 Extended Refit Period (ERP) Anticipated Solicitation Number: N4523A-23-R-0801 Agency: Department of the Navy Office: Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS&IMF) Location: Bremerton, Washington This is a sources sought announcement in accordance with FAR 15.201 and in anticipation of a potential future procurement program. PSNS&IMF is conducting market research to determine industry capability and interest in performing non-SUBSAFE preservation, structural repair; lead bin repair and conversion, de-ballasting and re-ballasting in support of the FY23 ERP on a USN SSBN class submarine being accomplished at PSNS&IMF. The Government is seeking responses from sources that can perform depot level preservation, such as coating removal, surface preparation, coating application, removal/repairs replacement, structural repairs, lead bin structural repairs/conversion and ballasting anticipated to begin in July 2023. The Government has provided an outline of some of the work anticipated to be completed under the expected ERP as an enclosure to this sources sought document (see Enclosure 1). The Government is also providing a preliminary draft of the work package expected to take place during the ERP (see Enclosure 2a and 2b). It is noted that the work package provided is a preliminary draft and it is possible that the Government will modify the work package before the solicitation is released. The anticipated contract type will be a firm-fixed price requirement procured via Lowest Priced Technically Acceptable (LPTA). What/Where to Submit: Interested companies 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, along with company Unique Entity ID and CAGE code information. Please hand or digitally sign your letter of interest and e-mail it to the Government contacts listed below, with �USN Submarine FY23 ERP 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 10 pages. 1.� Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 � Ship Building and Repairing (a small business must have 1,250 or less employees)? 2.� Will your company have on-site management employees to perform the work with confidential security clearances (required for PSNS&IMF Red Badge) prior to July 2023? 3.� Does your company have a current confidential facility clearance or have the ability to acquire a clearance? Will your company be able to access non-management employees (PSNS&IMF Green Badge) into the Controlled Industrial Area prior to July 2023?� 4.� 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. 5.� 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: a. Is your company currently NAVSEA Master Ship Repair Agreement (MSRA) certified? b. Is your company currently NAVSEA Agreement for Boat Repair (ABR) certified? c. Is your company currently Society for Protective Coatings (SSPC) QP1 certified? d. Does your company currently have a weld program that meets the requirements of T9074-AD-GIB-010/1688� � � � Requirements for Fabrication? e. Does your company have an acceptable Quality Management System, in accordance with NAVSEA Standard Item 009-04? f. Does your company have a nondestructive test program that meets the requirements of T9074-AS-GIB-010/271? g. Does your company have experience working in Navy Maintenance Database (NMD)? 6.� Given the complexity of the work described in this announcement, including Enclosures 1 and 2, please describe your company�s historical experience completing work on similar vessels at a similar complexity on the critical systems outlined in Enclosures 1 and 2, or briefly describe how your company would be capable of meeting these requirements as of contract award. 7.� Given the complexity and size of the work described in this announcement (Enclosures 1 and 2), does your company plan to submit a proposal in response to the anticipated solicitation for the FY23 ERP? When to Submit: Responses are requested no later than 2PM Pacific Time, on 30 November 2022. 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. 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. Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. PSNS&IMF 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. 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. Future information, if any, will be posted at the SAM.gov website. Contracting Officer Address: Puget Sound Naval Shipyard Code 440, 1400 Farragut, Bremerton, WA 98314-2026 Point of Contact: Primary: Kelly Burch, Contract Specialist, kelly.m.burch2.civ@us.navy.mil Alternate: Andrew Skelley, Contracting Officer, andrew.m.skelley.civ@us.navy.mil Alternate: Loren Frei, Procuring Contracting Officer, loren.o.frei.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eb088ed28b5c435b81c8c9767bb7f5b6/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06520202-F 20221118/221116230110 (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 |