Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2012 FBO #3779
MODIFICATION

19 -- (CEMAT) - Carrier Engineering Maintenance Assist Team

Notice Date
3/28/2012
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N50054 NORFOLK SHIP SUPPORT ACTIVITY (NSSA) (PREVIOUSLY N40025) 9170 Second Street Suite 120 Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N5005412R0002
 
Response Due
4/3/2012
 
Archive Date
10/3/2013
 
Point of Contact
Catherine Prestipino 7573965041 X474 https://www.nssa.nmci.navy.mil/400/solicitation/
 
E-Mail Address
MC_NRFK_411_PROCUREMENT@navy.mil<br
 
Small Business Set-Aside
N/A
 
Description
***THIS IS A MODIFIED SOURCES SOUGHT NOTICE FOR N50054-12-R-0002*** Norfolk Ship Support Activity, PO Box 215, Portsmouth, VA, 23705-0215, is seeking to identify sources to accomplish specific requirements described herein in support of preventative and corrective maintenance on equipment and systems on board U.S. Navy nuclear powered aircraft carriers and US Navy surface ships. It is expected that the labor force for this contract will be performing on board US naval vessels located around the world. Major locations include Norfolk, VA, San Diego, CA, Bremerton, WA, Pearl Harbor, HI, Mayport, FL, Yokosuka, Japan, Sasebo, Japan, and Everett, WA, however this list is not all-inclusive and there may be some work requirements in other locations. The contractor shall provide engineering, technical, repair and logistic support to forces afloat in identification and correction of material condition discrepancies in Hull, Mechanical and Electrical (HM&E), Aviation systems, and C4I/ combat support systems and other support equipment; to identify and correct systems material discrepancies; update and maintain configuration and availability report database systems; develop or update on board training and curriculum and conduct instruction in U.S. Naval Air Force Carriers or U.S. Naval Surface Force. The contractor shall provide teams of company-certified craftsmen, technicians, and engineers qualified in hull, mechanical, electrical, electronic systems and equipment. These individuals shall be familiar with carrier and surface ship maintenance procedures, hull coatings, COMNAVSEASYSCOM Logistics Support Center (ILS) procedures and functions of the ShipĂ ‚¬ s Maintenance Support Center (MSC), Corrosion Control Information Management System (CCIMS), and Integrated Technologies (IT) Specialists familiar with fleet database management systems. The contractor shall perform inspections, examinations, analysis, repairs incidental to such inspection, examinations, analysis, and make recommendations in the areas of maintenance planning and/or repair as requested on non-nuclear naval propulsion systems, auxiliary machinery, non-nuclear steam plant systems of nuclear powered aircraft carriers, and aviation systems associated with these naval propulsion plants. Specific emphasis will be placed on providing support to the Carrier Engineering Maintenance Assist Team (CEMAT), the Surface Engineering Maintenance Assist Team (SEMAT), Underway Material Assessment Team (UMAT), Aircraft Carrier Climate Control Improvement Team (ACCCIT), Corrosion Control Information Management System (CCIMS), Hoist Repair Facility (HRF), Cableway Improvement Team and Tool Depot program in conjunction with the engineering maintenance/auxiliary systems assist program. The program will provide dedicated engineering and design services, maintenance information and metrics management, engineering maintenance, technical assistance, and configuration management and planning support for Carrier Availability Planning System (CAPS), Pre-Overseas Movement (POM) Periods, Carrier Availability Support Teams (CAST), Post Shakedown Availability (PSA), Selected Restricted Availability (SRA), Docking Selected Restricted Availability (DSRA), Extended Docking Selected Restricted Availability (EDSRA), Extended Selected Restricted Availability (ESRA), Incremental Selected Restricted Availability (ISRA), Refueling Complex Overhaul (RCOH), Planned Incremental Availability (PIA), Docking Planned Incremental Availability (DPIA), and in-port upkeep periods. Additionally, the contractor shall provide technical guidance to ShipĂ ‚¬ s Force relating to work on Hull, Mechanical & Electrical (HM&E) and aviation equipment and systems which interface with combat support systems, and hull support items. The NAICS code is 336611, Shipbuilding and Repair. This will be a Cost-Plus Fixed Fee, Indefinite Delivery/ Indefinite Quantity type contract. The contract will be for a base year with four one-year options. Award will be based on best value procurement utilizing past performance, technical, and cost as evaluation factors. Performance of work under this contract may be performed at any and all locations. This procurement is not restricted to MSRA/ABR contractors. This is a follow-on procurement. The former contract number was N40025-07-D-7014. Sources are also requested to identify any on-going Government contract vehicles they may have for the same or similar work. Please include the name and number of the on-going contract, contract scope, contract type, period of performance, contract deliverables, dollar thresholds and limitations, the issuing Government agency, and the name and telephone number of the Contracting Officer. This contract information should be concise. Please specifically address your qualifications or abilities to handle the following: - Assist in Flight Deck / AFFF certification - Assist in Fuel certification - Perform Power Distribution Surveys - Focus is on Ă ‚¬Ĺ“Find, Fix, and TrainĂ ‚¬ ť - Non-neophyte technicians - Manage parts inventory - Interface with Navy Supply System - Sea time - Approved QA Program - NAVSEA 08 training and reporting requirements - Must be able to qualify to wear ionizing radiation measuring dosimeters - Minimum confidential clearance, maximum secret clearance - Nuclear mitigation liaison required - Machinery Condition Analysis management - B&A Crane certification program audits - Facility Location. The nature of the work required by the proposed contract will require close liaison. Therefore, the contractor shall staff and maintain a minimum of three (3) offices located within a 50-mile radius of: o Norfolk, VA - (in support of Naval Station Norfolk, Norfolk, VA; Norfolk Naval Shipyard, Portsmouth, VA; SUPSHIP Newport News, Newport News, VA; Naval Base Mayport, Mayport, FL; and other Atlantic and Mediterranean Fleet requirements) o San Diego, CA - (in support of Naval Station San Diego, San Diego, CA; North Island Naval Air Station, San Diego, CA and other Pacific Fleet requirements) o Bremerton, WA - (in support of Puget Sound Naval Shipyard, Bremerton, WA and Everett Naval Station, Everett, WA) Potential sources are notified that the Limitations on Subcontracting clause (FAR 52.219-14) will be included in any RFP set aside for small business concerns. This sources sought announcement is for information and planning purposes only and does not constitute a Request for Proposal (RFP) nor does its issuance restrict the Government as to the ultimate acquisition approach. It is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. The Government will not reimburse the contractor for any cost associated with preparing or submitting a response to this notice. THIS IS NOT A SOLICITATION. If issued, the solicitation may utilize source selection procedures, which require offerors to submit cost, past performance, and technical proposals. Interested parties must submit a written expression of interest and a thorough capabilities statement to the address stated below not later than April 3, 2012. In accordance with FAR 15.201(c)(4), and in addition to your capabilities statement and list of ongoing Government contracts, a separate face to face meeting may be required with representatives from each firm to be held before a contracting strategy can be determined. Based upon the responses received, the Government will determine the set-aside method for the procurement. Interested parties may submit their response to Mrs. Catherine Prestipino. She may be reached by telephone at (757) 396-5041 ext. 474 or via email at NSSA_RMC_NRFK_411_PROCUREMENT@navy.mil. Please note the change in email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3c88f5791e3fabc5182f7f7f07ccfcbe)
 
Place of Performance
Address: NORFOLK SHIP SUPPORT ACTIVITY (NSSA)
Zip Code: 9170 Second Street Suite 120, Norfolk, VA
 
Record
SN02708515-W 20120330/120329000330-3c88f5791e3fabc5182f7f7f07ccfcbe (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.