Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2024 SAM #8423
SOURCES SOUGHT

J -- Integrated Lifecycle Sustainment and Depot-Level Repair

Notice Date
12/17/2024 12:16:18 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
N6339425R0TBD
 
Response Due
1/17/2025 2:00:00 PM
 
Archive Date
02/01/2025
 
Point of Contact
Brian Mundy, Brady Smith
 
E-Mail Address
brian.c.mundy6.civ@us.navy.mil, brady.d.smith10.civ@us.navy.mil
(brian.c.mundy6.civ@us.navy.mil, brady.d.smith10.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT LIFECYCLE NOTICE This is a Sources Sought Notice for market research purposes only. The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) issues this Sources Sought Notice as a means of conducting market research to identify interested parties for this requirement. This Sources Sought Notice is focused on identifying capabilities in the market place and resources to support this requirement, as well as obtaining related technical information for the procurement of the requirement listed below. The results of this market research will contribute to determining the feasibility of a set aside, as well as the method of procurement. The applicable North American Industry Classification System code assigned to this procurement is 336611-Ship Building and Repairing. PSC:J019 - Maint/Repair/Rebuild Of Equipment- Ships, Small Craft, Pontoons, And Floating Docks. Contract Type � The Government anticipates the contract will be a Cost-Plus-Fixed-Fee Level of Effort (LOE) contract. The evaluation method has not yet been determined; however, the Government anticipates utilizing best value criteria. The performance period is anticipated to be for one (1) base year with four (4) option years. Integrated lifecycle sustainment and depot-level repair are crucial for evaluating and improving component and system performance and sustainability. These processes ensure that equipment remains operationally efficient and maintains its longevity throughout its entire lifespan. The general scope of this Statement of Work varies across different phases, the overarching goal is to ensure that systems and equipment consistently meet the needs of the NSWC PHD. The primary goal is to optimize the total cost of ownership while maintaining functionality and reliability. These approaches are essential for sustaining operational efficiency and extending the useful life of equipment. Life cycle support for equipment and systems spans several phases: acquisition, development, deployment, operations and maintenance, modernization, and retirement. Throughout this cycle, lifecycle sustainment provides ongoing support from deployment to retirement. This support includes routine maintenance, upgrades, and modifications to ensure systems consistently meet performance standards and adapt to changing requirements. Depot-level repair addresses more complex issues by offering comprehensive repairs and overhauls that go beyond routine maintenance. As components enter their operational phase, continuous monitoring becomes important to manage wear and tear, performance issues, and maintenance needs effectively. By analyzing key performance indicators and understanding common failure modes, we can refine maintenance strategies and improve design to enhance overall system performance and reliability. Interested Small Businesses are invited to submit capability statements. This Sources Sought Notice is issued for informational and planning purposes only and does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP). This Sources Sought Notice shall not to be construed as a commitment by the Government to issue a solicitation or award a contract. The Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this Sources Sought Notice will become the property of the United States Government. Responses to this Sources Sought Notice may be used to determine small business set-aside opportunities, FAR 52.219- 14, Limitation on Subcontracting, applies. Interested parties shall address the following in their response to this Sources Sought Notice: 1. COMPANY INFORMATION (a) Company name, Address, Data Universal Number System (DUNS) number, and Commercial and Government Entity (CAGE) code. (b) Company designated representative name(s) and point(s) of contact, including phone number and email address. (c) Company size status under the applicable NAICS (e.g., 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, Large Business, etc.). 2. CAPABILITY STATEMENT Only information provided in the written Capability Statement shall be considered. Interested parties shall submit a Capability Statement that sufficiently addresses the following items to demonstrate the contractor's capability to perform the requirements: a. The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the draft SOW; b. The contractor's technical ability, or potential approach to achieving technical ability, to perform the requirement. For Small Business set-aside determination purposes, also include the contractor's technical ability to perform, or potential approach to achieving technical ability to perform, with at least 50% of the cost of the contract performance provided for by employees of the concern; and c. The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of the draft SOW. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed Note: Demonstrated ability to manage, technical ability, and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested contractor's approach to demonstrate capability. 3. SCENARIO RESPONSES Interested parties shall provide responses to the scenarios listed below to demonstrate their experience, as well as their processes and procedures. Scenario 1: Describe the process you would follow to develop a Master Material List for all drawings within the GFI SID Packages. Explain how you would ensure all materials are accurately identified, sourced, and tracked throughout the project. Additionally, briefly outline your internal quality assurance processes to ensure that all pre-fabricated materials comply with GFI drawings and instructions. Scenario 2: Describe the procedures your company would implement to address safety violations involving employees in a travel status. Specifically, explain the steps for removing or restricting employees from the ship for a week or longer, and how you would ensure compliance with safety regulations while minimizing project disruption. Scenario 3: Explain your company's experience and capability to handle depot-level repairs, including any specialized equipment, tools, or facilities that will be used. What are your processes for managing and executing these repairs efficiently to ensure minimal downtime for the ships? Scenario 4: Provide detailed recommendations on how you would adjust the labor mix to meet project requirements. All Capability Statement responses are to be received no later than 14:00 PM Pacific Standard Time on 17 January 2025. All responses to this sources sought are limited to no more than 15 pages (8.5 X 11 inch) and 10-point Times New Roman font. Please email responses or questions regarding this requirement to the Contract Specialist, Brian Mundy (brian.c.mundy6.civ@us.navy.mil) with copy to the Contracting Officer, Brady Smith (brady.d.smith10.civ@us.navy.mil). NSWC PHD may request further information regarding the capabilities of respondents to meet the requirements set forth in the posting. 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. The Government WILL NOT PAY for any information received in response to the Sources Sought nor will the Government compensate respondents for any cost incurred in developing information for, participating in meetings with, or engaging in discussions with the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/082473179c22432cb3a5616fc8f89cd8/view)
 
Place of Performance
Address: Port Hueneme, CA, USA
Country: USA
 
Record
SN07295124-F 20241219/241217230124 (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.