Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SOURCES SOUGHT

J -- Landing Craft Air Cushion (LCAC) Service Life Extension Program (SLEP)

Notice Date
3/3/2010
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N55236 SOUTHWEST REGIONAL MANTENANCE CENTER - SAN DIEGO P.O. Box 367108 3755 Brinser Street Suite 1 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N5523610S0003
 
Response Due
3/15/2010
 
Archive Date
3/30/2010
 
Point of Contact
Contract Specialist Mr. Nick Tran619-556-0267nick.tran@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a sources sought notice for information and acquisition planning purposes. This is not a request for proposal (RFP) and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue a RFP, contract, or order. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. Southwest Regional Maintenance Center (SWRMC) is seeking vendors (small business) that can provide management, administrative and production services, material, tools, equipment, and required support to accomplish the Service Life Extension Program (SLEP) for United States Navy Landing Craft Air Cushion (LCAC) 63, 72 and 74 at Assault Craft Unit 5 (ACU-5), Camp Pendleton, CA 92055-5161 or a customer approved alternate location; wherever is most advantageous for the customer. The Contractor will be required to provide all labor services and material in accordance with the established statement of work and all applicable Government specifications and regulations; to be provided when made readily available. Key work items and requirements include, but are not limited to and may be subject to change, the following:.Large amounts of multi pin electrical and electronic connection and connectors, as follows:oInstallation of 30,000 feet of various LCAC-specific cables not used on US Navy ships.oAviation type circuits using 28VDC remote control circuit breakers (RCCB)oPower distribution using a dual source auxiliary power unit (APU) turbine engine/generator.oSensor interface units (SIU) for four turbine engines, which are unique to LCACs.oInstallation of navigation equipment (surface and aviation)oElectrician qualifications are per FY11 NAVSEA Standard Item 009-73 section 4.5, which requires demonstration of various connector fabrication and 32 hours of class room lecture and 40 hours on-the-job training under the direction of a qualified connector supervisor..Thin pipe/plate aluminum welding procedures and processes, as follows:oFY11 NAVSEA Standard Items requires all welding to be performed in accordance with the LCAC welding and inspection manual.oPlate thickness range is between 0.058 inches and 0.375 inchesoPipe/tube thickness minimum is 0.030 inches, aluminum and stainless.oGas tungsten arc welding and gas metal arc welding methods are anticipated..Large amount of special tooling and test equipment required to perform work and testing, as follows:oAviation hydraulic power unit for control test and calibration, 3 phase, 208 V, 400 HZ power source for craft shore power.oSet up and calibration of all gas turbine control circuits.oSet up and calibration of fly by wire operation controls (bow thrusters, rudders, variable pitch propellers, cushion vanes).oBlow in door test equipment.oKnowledge and use of computerized balancing equipment for drive drain system.Files enclosed in past LCAC SLEP RFPs may be used to acquire additional information (RFP # N55236-08-R-0007, N00024-08-R-2211 and N55236-06-R-0001). SWRMC is contemplating award of one firm fixed price contract for the scope of work specified above. The applicable NAICS code is 336611 Ship Building and Repair. This acquisition will be conducted using the Advisory Multi-Step Process as described in FAR 15.202. Interested vendors should submit a capabilities statement (not to exceed five pages) that demonstrates their capability to perform the services described herein. The capabilities statement shall include:.Company name.Address.Business size (small, small disadvantaged, women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned) [more than one category may be selected as applicable].Point of contact (POC) information for the interested firm.Company's technical capabilities The capabilities statement should also identify, by contract number, past or current contracts and/or subcontracts that were awarded to your firm, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a point of contact for the customer/recipient of the work performed. The Government will not respond to firms that do not follow the submission instructions in this notice. The Government will evaluate each respondent's capabilities statement to determine if the respondent has the requisite experience and past performance to complete the requirements described herein and will advise each respondent in writing either that it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor. Firms considered not to be viable will be provided with the Government's general basis for that finding. However, notwithstanding the initial advice provided by the Government in response to the capabilities statements, all firms are still considered eligible to participate in the resultant acquisition. No telephone inquiries will be accepted. The Government does not commit to providing a response to any comment or questions. No basis for a claim against the Government shall arise as a result of this announcement. Responses should be received no later than 15 MAR 2010. All responses should be forwarded to Mr. Nick Tran, email: nick.tran@navy.mil, and Mr. John Van Gorp email: john.vangorp@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62791/N5523610S0003/listing.html)
 
Place of Performance
Address: Assault Craft Unit Five (ACU-5), Camp Pendleton, CA
Zip Code: 92055
 
Record
SN02081902-W 20100305/100303234928-47f78f164dd2266cc3ad55276344c21f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.