Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOURCES SOUGHT

J -- FY 18-23 San Diego CVN Private Sector Maintenance - Sample Notional Work Package - Draft SOW - Sample Specs

Notice Date
7/14/2016
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-17-R-4300
 
Archive Date
7/28/2016
 
Point of Contact
John Anderson, Phone: 202-781-3409, Michaella H. Easley, Phone: 2027813421
 
E-Mail Address
john.anderson6@navy.mil, michaella.easley@navy.mil
(john.anderson6@navy.mil, michaella.easley@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sample Specs Draft SOW Sample Notional Work Package The Naval Sea Systems Command (NAVSEA) is conducting market research to determine whether any Small Business set-aside opportunities exist for efforts in performing maintenance, repair, and modernization efforts for CVN 68 Class and CVN 78 Class Aircraft Carriers Private Sector Maintenance (PSM) home-ported in and visiting the San Diego, CA area. This requirement is currently being satisfied under contract number N00024-13-C-4315 in which Huntington Ingalls Newport News Shipbuilding is the prime contractor. All Small Business set-aside categories will be considered. In accordance with FAR 52.219-14, Limitations on Subcontracting, Small Business concerns are reminded that in performance of contracts awarded under small business set-aside procedures, at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials, shall be performed by the small business concern. The Government is seeking responses in regards to this PSM effort beginning at contract award (FY2018) and continuing for a period of performance of 5 years. It will be a competitively awarded contract that will select a single contractor to execute work outside the nuclear propulsion plant while coordinating with the Naval Supervising Activity (NSA) to properly integrate its efforts with nuclear propulsion plant work. It is anticipated that this contract vehicle will support emergent and continuous maintenance efforts and Chief of Naval Operations (CNO) scheduled availabilities during its five-year period of performance. The Navy is considering various contracting strategies for this effort and to date, no final decision on the strategy has been made. The effort will be performed at Government facilities. The PSM IDIQ contract will target efficient and effective maintenance practices, utilize pre-priced work items, allow for the executing agency to better plan work and take advantage of best repair capabilities, and allow for long-term vendor relationships throughout ships' training / deployment / maintenance / modernization cycles, to reduce costs through the benefits of advance planning. The Government has provided the following information as attachments to this sources sought announcement for additional details on contract requirements: 1. The draft statement of work. 2. A typical notional CVN availability work package with standard items completed under past CVN 68 Class Aircraft Carrier availabilities. Please note that this specification is a sample. 3. Summary of notional work package items. 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: 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. Positive statement of intent to bid as prime contractor addressing EACH "type of work", as specified in the draft statement of work, in which the firm would expect to submit an offer. 7. Strategic Planning/Program Management. Strategic Planning/Program Management plays a critical role in this contract due to the overlapping of execution planning events, conducting Planned Incremental Availabilities/Docking Planned Incremental availabilities (PIAs/ DPIAs), inter-availabilities (both CM/EM) and visiting CVNs that could potentially require repair/maintenance at a moment's notice. What is your company's experience/strategy in managing/executing several comprehensive/technically challenging maintenance and repair activities simultaneously? What specific CVN repair experience does your company have? Please define in terms of scope of work and complexity. What is your company's management strategy and structure to manage CVN Availability planning and execution efforts? 8. Surge Capacity. The 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 prime would be expected to be there and support. It is not uncommon for primes to have teaming partners to handle such needs. In other words, management responsiveness is essential for success as the prime. What is your company's strategy for surge/emergent requirements? 9. Integration. Integration strategy is a key role of the contractor. The Prime is expected to work with many different vendors, subcontractors and customers to ensure a successful availability and ability to provide a high quality product through sound Engineering practices, technical expertise and Program Management. Also, the Prime Contractor will coordinate all work with the NSA, Puget Sound Naval (PSNS), to ensure that the proper integration plan is in place in order to prevent the violation of nuclear work boundaries. The 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 integrated, scheduled and managed. The Prime Contractor needs to have a sound plan for managing subcontracts as well. What is your company's integration strategy in regard to managing subcontractors? What is your company's specific experience in working with the Public Shipyard and meeting the requirements of PSNS for working in the Controlled Industrial Area? What is your company's specific experience with integrating non-nuclear work with PSNS's managed Integrated Master Schedule? What is your company's specific experience working on nuclear powered vessels and managing nuclear interfaces to prevent the violation of nuclear work boundaries? 10. 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 be 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 prime 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? 11. Logistic Support/Sustainment. The 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 with respect to meeting the Government's requirements for CDRLs? 12. 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 describe how your company would be capable of meeting the requirements described herein as of contract award. Please focus your response on the meeting the magnitude of scope of a CVN PIA/DPIA work package and include your ability to acquire sufficient financial resources. 13. 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 drydocking and non-dry-docking maintenance, repair, and alterations of CVN 68 Class and CVN 78 Class vessels home ported and visiting the San Diego, CA area? 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 inquiries will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time. Submission Details: Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of at least one point of contact. Responses to this notice should not exceed (15) single-sided (Times New Roman, minimum 12 point font) pages. Submission shall be in Microsoft Word or Adobe Acrobat (5MB limit) and shall be sent electronically to: Michaella Easley, Contracting Officer, at michaella.easley@navy.mil and John Anderson, Contract Specialist, at john.anderson6@navy.mil, with "San Diego, CA CVN Private Sector Maintenance IDIQ Sources Sought Response" in the subject field. The deadline to submit responses is requested by 2PM Eastern Standard Time, 22 July 2016. Notice Regarding Solicitation: Please note that this announcement is for market research and planning purposes only to identify potential sources. 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. The Government is not requesting interested parties to provide brochures and/or generalized sales-pitch language. Capability and Capacity information shall be specific (quantified as appropriate) and not theoretical in nature to the greatest extent practicable. For instance, a notification of intent to partner with numerous firms to acquire appropriate resources should be supported with formal agreements and/or letters of intent as well as a provision of projects where the parties have successfully teamed together in the past. F uture information, if any, will be posted at the website for FBO, the same site where this announcement is posted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-17-R-4300/listing.html)
 
Place of Performance
Address: San Diego, California, United States
 
Record
SN04183420-W 20160716/160714235506-577f8bbc17cf20a982e3b197bc60cee6 (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.