MODIFICATION
J -- Alteration Installation Team (AIT), NSWC Carderock
- Notice Date
- 1/23/2024 12:19:06 PM
- Notice Type
- Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NSWC CARDEROCK BETHESDA MD 20817-5700 USA
- ZIP Code
- 20817-5700
- Solicitation Number
- DRAFT_N0016724R0017
- Response Due
- 2/22/2024 9:00:00 AM
- Archive Date
- 03/08/2024
- Point of Contact
- Kathryn Haynes, Phone: 757-285-6701, Caroline Xenia Lira, Phone: 757-981-4245
- E-Mail Address
-
kathryn.s.haynes2.civ@us.navy.mil, caroline.x.lira.civ@us.navy.mil
(kathryn.s.haynes2.civ@us.navy.mil, caroline.x.lira.civ@us.navy.mil)
- Description
- DRAFT REQUEST FOR PROPOSAL (RFP) ANNOUNCEMENT Alteration Installation Team (AIT) Naval Surface Warfare Center, Carderock Division (NSWCCD) AT THIS TIME, THE GOVERNMENT IS SEEKING QUESTIONS AND COMMENTS FROM INDUSTRY ON THE DRAFT SOLICITATION AND ATTACHMENTS.� FEEDBACK RECEIVED FROM INDUSTRY WILL BE TAKEN INTO CONSIDERATION BY THE GOVERNMENT TO MITIGATE RISKS THAT COULD CREATE BARRIERS TO COMPETING AND/OR BARRIERS TO SUCCESSFUL PERFORMANCE POST-AWARD. THIS IS NOT A FORMAL RFP.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS ANNOUNCEMENT IS STRICTLY VOLUNTARY. This is a Draft RFP announcement for AIT.� A Sources Sought/RFI announcement (N0016724SSAIT) was posted on 11 July 2023 to identify interested sources and obtain feedback on the draft Statement of Work.� As a result of information obtained from responses to the Sources Sought/RFI announcement, this requirement is planned to be solicited as a SMALL BUISNESS SET-ASIDE.� The Synopsis/Presolicitation announcement (N00167_24_PRESOL_AIT) was posted on 15 December 2023. The purpose of this announcement is to release a Draft RFP, attachments and questionnaire to help the Government ratify contract type, evaluation methodology and capability of industry.� NSWCCD, Combatant Craft Division, Code 83 is responsible for providing quality and responsive full spectrum, full life cycle engineering and technical support for various watercraft classes for the Department of Defense (DoD), and other Government entities. Associated watercraft systems include not only internal watercraft systems (e.g., engines, piping, generators, batteries, cabling, navigation equipment, etc.), but also those items that allow the user commands to perform their missions as ancillary components integral to the craft, such as trailers, transporters, launch and retrieval systems, hoisting and lifting components/systems, cradles, aircraft transport support systems, aircraft deployment systems, stowage systems, and maintenance/supply containers/modules. For the remainder of this document, the term �watercraft� will be used to indicate all those systems. NSWCCD sponsors include the U.S. Navy, Special Operations Command, U.S. Army, U.S. Air Force, U.S. Marine Corps, U.S. Coast Guard, U.S. Customs and Border Protection, National Oceanic and Atmospheric Administration, Defense Intelligence Agency, Drug Enforcement Agency, U.S. Immigration and Customs Enforcement, U.S. Department of Homeland Security, U.S. Central Intelligence Agency, U.S. Department of Energy, Federal Bureau of Investigation, the National Aeronautics and Space Administration, and foreign countries/entities. This contract is for the acquisition of modernization services/installation in support of the NSWCCD mission. This is a multi-disciplinary contract that requires the following support; program management, planning, logistics/material procurement, prototyping, incidental repair, and alteration installation with advanced knowledge in the following industrial support areas; hull/structural, mechanical, electrical and electronic systems. AIT is defined herein as a group of contractor personnel that accomplish installation of modernization packages to a wide variety of Navy Boats and Combatant Craft. This requirement involves the purchase and or/fabrication, storage, kitting, transportation and installation of modernization packages. Government direction in the form of Boat Alterations (BOAT ALT�s) and Liaison Action Reports (LAR�s) detail the modernization efforts to be accomplished. Installation of the modernization packages will be conducted by Fly-Away teams who will accomplish installation at various military installations both inside the Continental United States and Outside the Continental United States (CONUS/OCONUS). The expected work distribution by performance location is: Mid-Atlantic US (25%); Southwest US (25%); Northeast US/Gulf Coast US/Northwest US/Other 10%, OCONUS (40%). OCONUS locations typically include, but are not limited to; Bahrain, Djibouti, Dubai, Greece, Guam, Italy, Japan, Spain, United Arab Emirates, Hawaii and Alaska. North American Industry Classification System (NAICS) Code: 336611 Ship Building and Repairing Small Business Size Standard: 1,300 employees for NAICS Code 336611 (For more information about Size Standards, refer to https://www.sba.gov) Incumbent: There is no incumbent for this contract solicitation as this is a new requirement for a stand-alone contract at NSWCCD. Expected Contract Type: A Single Award, Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type contract is anticipated. The Government anticipates utilizing the best value trade-off source selection process in the evaluation of proposals. Delivery Order Period: Total potential five year ordering period. Documents that are available as part of the Draft RFP package are: Draft RFP, List of Watercraft Classes, Draft Labor Category Qualifications, Draft Staffing Plan with Price, Draft Pricing Summary Sheet, Draft Staffing Plan without Price, Previous Contracting Effort Narrative, CDRL with associated DIDs and questionnaire. Notice:� All information provided in these draft documents are notional, and the Government may add, remove, or change them before the final RFP is released. INFORMATION REQUESTED FROM INDUSTRY:� Complete attached questionnaire as soon as possible, but no later than 21 FEBRUARY 2024 at 3:00 PM (EST).� Responses shall be submitted to Kate Haynes, Contract Specialist, at kathryn.s.haynes2.civ@us.navy.mil and Caroline Xenia Lira, Contracting Officer, at caroline.x.lira.civ@us.navy.mil.� The Government does not intend on responding directly to any offeror and information submitted will not be made publically available to other interested parties.� �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ed8a4342956a4cd2a69adb034816479a/view)
- Place of Performance
- Address: Chesapeake, VA 23320, USA
- Zip Code: 23320
- Country: USA
- Zip Code: 23320
- Record
- SN06942138-F 20240125/240123230035 (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 |