Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
SOLICITATION NOTICE

J -- CVN Aircraft Carrier Nuclear Touch Labor

Notice Date
7/28/2016
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A16R0024
 
Archive Date
8/27/2016
 
Point of Contact
George R. Rutt, Phone: 3604764452
 
E-Mail Address
george.rutt@navy.mil
(george.rutt@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Puget Sound Naval Shipyard (PSNS) Contracting Office (Code 440) located at 1400 Farragut Ave, Bremerton, WA 98314 intends to issue a cost plus fixed fee (CPFF) award in support of nuclear and nuclear touch labor in the maintenance/repair of a CVN aircraft carrier at PSNS. The proposed contract action is for support for which the Government intends to solicit and negotiate with only Huntington Ingalls Industries - Newport News Shipbuilding (HII-NNS) under the authority of 10 U.S.C. § 2304 (c)(1) as the only responsible source as no other supplies or services will satisfy agency requirements. HII-NNS is the only company capable of providing the support in accordance with OPNAVINST 4700.7L (4) (l). The period of performance is first quarter through third quarter of calendar year 2017 with an anticipated award date in December 2016. This procurement will be conducted utilizing FAR Part 15 procedures. Interested persons may identify their interest and capability in response to this requirement. Information received shall be reviewed by the Government and will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination of the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. This synopsis is not a request for competitive proposals nor is it intended to in any way create an obligation on the part of the Government. The expertise and experience anticipated to be needed for the performance of this contract includes, but is not limited to, the following term touch labor support: a. The contractor shall provide "A" qualified Radiological Controls Technicians (RCTs) and "A" qualified supervisors to support efforts onboard a CVN aircraft carrier at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) located at Bremerton, Washington. The trade mix anticipated is as follows: Department and Title Anticipated minimum manning RCT 10 Supervising RCT 2 b. The contractor shall provide nuclear trade support for a CVN aircraft carrier at PSNS & IMF located at Bremerton, Washington. The trade mix anticipated is as follows: Department and Title Anticipated minimum manning Shipfitter 12 Sheetmetal Mechanic 4 Pipe Welder 8 Outside Machinist 10 Insulator 6 Foremen Shipfitter 1 Sheetmetal Supervisor 1 Pipewelder Supervisor 2 Outside Machinist Supervisor 2 Insulator Supervisor 1 c. In accordance with OPNAVINST 4700.7L (4) (l), repairs, maintenance, and modernization of the propulsion plants in nuclear-powered ships involve unique considerations for technical and quality control, ship safety, radiological controls for occupational health and safety, and information security. (1) Reactor plant maintenance, repair, and modernization beyond the capability or capacity of the organizational level shall be assigned only to nuclear capable fleet maintenance activities or private sector shipyards and performed following the requirements established by CNO (N00N), NAVSEA 08. (2) Depot-level repair, maintenance, and modernization for steam plant systems, electric plant systems, and those auxiliary ship systems that support the reactor plant and associated reactor safety systems in nuclear-powered ships shall be assigned only to nuclear-capable shipyards and performed per requirements established by COMNAVSEASYSCOM with NAVSEA 08 concurrence. The applicable NAICS code for his requirement is 336611 with a small business size standard of 1000 employees. The product service code is J999. All responsible sources may submit a capability statement which shall be considered by the agency. All potential offerors are invited to respond by contacting George R. Rutt, Contract Specialist, in writing via email at george.rutt@navy.mil or via phone at (360) 476-4452 by 11:59 PM PST, August 12, 2016. The subject line of emails shall state "Synopsis Touch Labor Support_(Company Name)". Potential offerors may also contact George Rutt at (360) 476-4452 with any questions up to (3) days prior to the close date of this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A16R0024/listing.html)
 
Place of Performance
Address: See description, Bremerton, Washington, 98314, United States
Zip Code: 98314
 
Record
SN04200348-W 20160730/160728235326-e34b8be8c916eafe3a5fa4a906ae41b2 (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.