SOURCES SOUGHT
R -- Hull and Deck Machinery Systems Support
- Notice Date
- 3/21/2023 11:03:32 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
- ZIP Code
- 19112-1403
- Solicitation Number
- PD-43-0031
- Response Due
- 4/5/2023 2:00:00 PM
- Point of Contact
- Jason A. Pelle, Kimberly DiBartolomeo
- E-Mail Address
-
jason.a.pelle.civ@us.navy.mil, kimberly.j.dibartolomeo.civ@us.navy.mil
(jason.a.pelle.civ@us.navy.mil, kimberly.j.dibartolomeo.civ@us.navy.mil)
- Description
- SOURCES SOUGHT NOTICE FOR�NAVAL SURFACE WARFARE CENTER PHILADELPHIA DIVISION (NSWCPD) Provide Engineering Support for Hull and Deck Machinery System SUBJECT:� A new sole source Hybrid Cost-Plus-Fixed-Fee (CPFF)/ Firm-Fixed-Price (FFP) IDIQ contract to provide engineering support for hull and deck machinery system.� THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool being used to determine potential firms capable of providing the supplies/services described herein prior to determining the method of acquisition. SOURCES SOUGHT DATE: 21 March 2023 CONTRACTING OFFICE ADDRESS: N64498 NAICS CODE: 336611�1,250 employee size standard CLASSIFICATION CODE (PSC/FSC): R425 INCUMBMENT:� This work is currently being performed under contract N64498-18-D-4008 by Trident Maritime Systems The procurement is anticipated to be sole sourced, in accordance with 10 U.S.C. 2304 (c) (1), Only One Responsible Source and No Other Supplier or Services Will Satisfy Agency Requirements (FAR 6.302-1). PREVIOUS STRATEGY: Sole Source TECHNICAL CODE: �433 ANTICIPATED AWARD DATE: 31 January 2024 RESPONSE DATE: 4 April 2023 ANTICIPATED SET-ASIDE:� Unrestricted/Sole Source CONTACT POINTS:� Jason Pelle (Jason.a.pelle.civ@us.navy.mil) Contract Type � A performed based Hybrid Cost-Plus-Fixed-Fee (CPFF)/ Firm-Fixed-Price (FFP) IDIQ contract is anticipated.� This requirement will be awarded based on best value evaluation criteria. 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 ordering periods.� Performance is anticipated to begin on or after 31 January 2024 Facility Security Clearance � The Facility Security Clearance (FCL) requirement for this procurement is �Confidential.� Although it is not required at time of award, it shall be obtained within 90 days after award. Work Location Requirements � Performance will occur primarily at the contractor�s facility or at specific government sites listed below: Philadelphia Naval Shipyard Navy Base San Diego Naval Station Mayport Norfolk Naval Shipyard Naval Amphibious Base Little Creek Naval Support Activity Bahrain U.S. Fleet Activities Sasebo, Japan Changi Navy Base, Singapore Pearl Harbor Naval Base Naval Surface Warfare Center Panama City Scope � The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking sources to provide engineering and technical services required for the support of hull and deck machinery on U.S. Navy ships. Hull and Deck machinery systems include vehicle launch and recovery systems, specifically for rescue boats, mission boats, and unmanned underwater and surface vehicles. Additional machinery systems in support of the fleet mission capabilities include stern ramps, stern doors and gates, anchoring, mooring, towing systems, cranes, lift platforms, and platform lifts. TMS shall support these systems in a variety of in-service tasks including shipboard system assessments, troubleshooting and repairs, corrective and preventative maintenance, training, installation, engineering modifications and upgrades, and improvement of system reliability. Capability Statements: Interested businesses are invited to submit capability statements, not to exceed five (5) double spaced, single-sided pages in length, demonstrating their ability to fulfill this requirement.� 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 stated in the attached PWS, (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 BOA award or within 45 days for all personnel expected to provide support in accordance with the above requirement; Section 2. Past/Current Performance.� Suggested language: 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 Draft SOW Section 3.� Technical Response.� Provide a detailed technical response that addresses the tasks identified in the Draft SOW Information should include: Contractor�s Facility Clearance (if required, this should be filled out by the negotiator) Statement regarding capability to obtain the required industrial security clearances for personnel (if required, this should be filled out by the negotiator) The contractor�s ability to manage, as a Prime contractor, the types and magnitude of all tasking in the SOW Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost �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 SOW.� 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. Attachment (1) DRAFT Statement of Work (SOW) 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. Note: 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.� Questions or comments submitted via email to Jason.a.pelle.civ@us.navy.mil.� Responses must be received no later than 05:00pm EST on 31 March 2022 by e-mail to Jason.a.pelle.civ@us.navy.mil. �NSWCPD will only accept electronic unclassified submission of responses.� Responses shall be sent to the Contract Specialist, Jason Pelle, at Jason.a.pelle.civ@us.navy.mil. with the subject line ""Engineering Support for Hull and Deck Machinery System"" All responses shall be submitted no later than 05:00PM EST on 31 March 2023. This Sources Sought is for market research purposes only and does NOT constitute a Request for Proposal (RFP). This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This RFI Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes. The Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI.� The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend.� Please be advised that all submissions become Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fc099c9800f246a7a6e91ecdb201ab6c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06625795-F 20230323/230321230110 (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 |