Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
DOCUMENT

J -- Sources Sought To Perform Execution Planning And Maintenance, Repair, And Alternations on DDG 51 and FFG-7 Class Ship Non Drydocking Availabilities Homeported And Visiting The Everett, WA Area - Attachment

Notice Date
4/1/2011
 
Notice Type
Attachment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
Solicitation Number
N0002411R4402
 
Response Due
4/15/2011
 
Archive Date
4/29/2011
 
Point of Contact
Morgan Reese 202 781 3951 Morgan Reese, Procuring Contracting Officer, SEA 02441, (202)781-3951, morgan.reese@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement in accordance with FAR 15.201 and in anticipation of a potential future procurement program. The Naval Sea Systems Command is conducting market research to determine industry capability and interest in performing non-dry-docking maintenance, repair, and alterations of DDG-51 and FFG-7 Class vessels home ported and visiting Everett, Washington. The Naval Sea Systems Command is especially interested in determining small business capability and interest in performing non-dry-docking maintenance, repair, and alterations of DDG-51 and FFG-7 Class vessels home ported and visiting Everett, Washington. The Government is seeking responses from sources that can perform non-dry-docking maintenance, repair, and alterations of DDG-51 and FFG-7 Class vessels home ported and visiting Everett, Washington, beginning at contract award (anticipated late Fall 2011) and continuing for a period of performance of 5 years. NAVSEA intends to procure execution planning, ship repair, modernization, and inter-availability maintenance (continuous and emergent maintenance) of DDG and FFG ship classes in the homeport of Everett, Washington, utilizing Multi-Ship Multi-Option (MSMO) contracting. MSMO contracts target efficient and effective maintenance practices. These contracts allow the executing agency the ability to better plan its work and take advantage of best repair capabilities. MSMO contracts will provide long-term vendor relationships throughout ships' training/ deployment/ maintenance/ modernization cycles. In order to reduce costs through the benefits of advanced planning, MSMO contracts allow the contractor to respond to continuous and emergent maintenance requirements on short notice, and as the contractor is intimately involved with both the planning and execution, less time is spent evaluating prospective jobs. The MSMO contractor can also respond on short notice to voyage repairs required on deployed ships, giving the Navy the option of using the homeport based contractors vice a foreign source, if needed. MSMO contracts will be repair and overhaul contracts for an entire ship class awarded to a prime contractor for a base plus several option years. The MSMO contract provides continuity for planning and maintenance processes for Navy ships and private sector teams awarded the work. The Government has provided the following information as attachments to this sources sought announcement: 1.The draft solicitation statement of work. 2.A representative sample of standard work items completed under past DDG-51 and FFG-7 Class availabilities, highlighting the type of work that may be completed under future availabilities. 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 to Commander, Naval Sea Systems Command, Attn: Morgan Reese SEA 02441. Please scan your letter of interest and e-mail it to Morgan.reese@navy.mil with Pacific Northwest DDG-51 and FFG-7 MSMO 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 on this announcement, 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)? 2.How many employees does your company have? 3.Does your company have a website? If so, what is your company s website address? 4.Is your company a NAVSEA certified Master Ship Repair Contractor (MSRA)? 5.Is your company a NAVSEA certified Boat Repair Contractor (ABR)? 6.Strategic Planning/Program Management. Strategic Planning/Program Management plays a critical role in MSMO contracts due the overlapping of execution planning events, conducting Selected Restricted Availabilities (SRAs), inter-availabilities (both CM/EM) and visiting DDGs/FFGs that could potentially require repair/maintenance at a moment s notice. The MSMO prime plays an important role in the maintenance and modernization of the surface Navy because the MSMO contract is considered a partnership between the Navy and the prime. The MSMO prime is expected to become subject matter experts on the ships in the homeport. What is your company s experience/strategy in managing/executing several comprehensive/technically challenging maintenance and repair activities simultaneously? 7.Surge Capacity. The MSMO prime is expected to have surge capacity due to flex in operational schedules of the Navy. On short notice, any ship could require repair/maintenance and the MSMO prime would be expected to be there and support. It is not uncommon for MSMO primes to have teaming partners to handle such needs. In other words, management responsiveness is essential for success as MSMO prime. What is your company s strategy for surge/emergent requirements? 8.Integration. Integration strategy is a key role of the MSMO prime. The MSMO prime is expected to work with many different vendors, sub contractors and customers to ensure a successful SRA and ability to provide a high quality product through sound Engineering practices, technical expertise and PM. They are expected to work with Alternation Installation Teams (AITs) so the prime understands the support requirements such as power, lighting or ventilation and that work must be integrated into the master schedule. The MSMO prime will need to integrate schedules with customers such as Type Commander (TYCOM), Naval Air Systems Command (NAVAIR), ship s force, and I-level work etc. All work must be properly scheduled and managed. Need to have a sound plan for managing subcontracts as well. What is your company s integration strategy, especially in regard to managing sub-contractors? 9.Accounting Methodology. Sound financial tools and practices such as a certified accounting system, EVMS reporting, interface/approval with DCAA and approved purchasing systems are required to adequately provide proper billing to the Navy. The accounting system would show the breakout of direct, indirect and overhead charges. In addition, the accounting system would used to manage the business with vendors as required. While it is important to have an integrated schedule; it is equally important to have cost controls in place. The MSMO will submit timely invoices/vouchers to the Navy by Contract Line Item (CLIN), Contract Subline Item (SLIN), and ACRN level. Cost of performance shall be segregated, accumulated, and invoiced to the appropriate ACRN categories. What accounting system and other best practice accounting methodology does your company currently use? 10.Logistic Support/Sustainment. The MSMO prime needs to understand Logistic Support/Sustainment. All repairs, maintenance and modernization have Integrated Logistic Support (ILS). This means the ship and Navy receives the proper technical documents after upgrades have occurred and respond accurately and timely to the volume of Contractor Data Requirements List (CDRLs). What is your company s experience with ILS? 11.Given the complexity of the work described in this sources sought, including attachments 1 and 2, please describe your company s historical experience completing work of this complexity or briefly describe how your company would be capable of meeting the requirements described herein as of contract award. 12.Given the complexity of the work described in this sources sought, does your company plan to submit a proposal in response to the anticipated solicitation for non-dry-docking maintenance, repair, and alterations of DDG-51 and FFG-7 Class vessels home ported and visiting Everett, Washington? Information provided shall be treated as Business Sensitive or confidential to the responder, and shall be subject to the process for exemption from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government. NAVSEA may request further information regarding the capabilities of respondents to meet the requirements set forth in the Announcement..This sources sought announcement is not a request for proposal. The purpose of this sources sought announcement is to gather information from the market place. 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 inquires will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time. When to Submit: Responses are requested by 2PM Eastern Standard Time, 15 April 2011. Notice Regarding Solicitation: Please note that this synopsis is for information purposes and to identify potential souces. 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. Other: 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. Future information, if any, will be posted at the website for FBO and NECO, the same sites where this announcement is posted. Contracting Officer Address: N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Ave SE, Washington Navy Yard, DC Point of Contact Morgan Reese, SEA 02441 Contracting Officer, Morgan.reese@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002411R4402/listing.html)
 
Document(s)
Attachment
 
File Name: N0002411R4402_SOW_Non-Docker_Complete.docx (https://www.neco.navy.mil/synopsis_file/N0002411R4402_SOW_Non-Docker_Complete.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0002411R4402_SOW_Non-Docker_Complete.docx

 
File Name: N0002411R4402_Standard_histoical_DDG51-FFG7_work_items.doc (https://www.neco.navy.mil/synopsis_file/N0002411R4402_Standard_histoical_DDG51-FFG7_work_items.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0002411R4402_Standard_histoical_DDG51-FFG7_work_items.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02414973-W 20110403/110401234347-00b3e59f3ca34aa22ac8f1577d8b0835 (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  © 1994-2020, Loren Data Corp.