Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SPECIAL NOTICE

99 -- Navy Support Management Branch (RFI)

Notice Date
4/20/2017
 
Notice Type
Special Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
M67004 BLOUNT ISLAND COMMAND 5880 Channel View Blvd JACKSONVILLE, FL
 
ZIP Code
00000
 
Solicitation Number
M6700417Q1023
 
E-Mail Address
stanley.sanders@bic.usmc.mil
(stanley.sanders@bic.usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION NAVY SUPPORT MANAGEMENT BRANCH (NSMB) 1.0Description 1.1 United States Marine Corps (USMC), Blount Island Command (BIC), Jacksonville FL, Contracts Support Management Office (CSMO) in support of NSMB is seeking information on how an interested contractor could perform both OCONUS Navy watercraft repairs and CONUS Navy watercraft repairs in the Jacksonville, FL area. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes “ it does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, BIC CSMO is not at this time seeking quotes and will not accept unsolicited quotes. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party ™s expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The information provided may be considered, as market research, in making decisions related to socio-economic set-aside of the service requirements described herein. 2.0Background This requirement is needed to execute the Navy support services of the US Marine Corps Maritime Prepositioning Force Program. This requirement includes support services in any of the following four (4) areas: Service Area I - Improved Navy Lighterage System (INLS) Side Connector and Weight Handling Equipment (WHE) Services. The INLS has a sub component called the Roll On/Roll Off Discharge Facility (RRDF), which employs a Side Connector (SC) to laterally and rigidly connect 24 ™ x 80 ™ x 8 ™ modular steel barges. The side connector dimensions are approximately 8 ft. x 3 ft. x 3 ft. and weigh approximately 4500 lbs. each. During use, the SC is partially submerged in salt water for extended periods. The SC is hydraulically activated and powered from an external source, the Containerized Crew Shelter (CCS). The SCs, CCS and Remote Carts require refurbishment which involves inspection, overhaul, repair, upgrades and testing utilizing the RC. The overhaul will include various industry disciplines that will include, but not limited to, steel fabrication, welding, mechanical, machining, piping, hydraulics, electrical, surface conditioning, coating systems, MHE and transport support etc. One RRDF has 20 SC and two RC and there are a total five RRDF and there is one additional rotational spare set of SC. Due to RRDF employment schedules, it is anticipated that the SC set would be refurbished one at a time. However, though not anticipated, circumstances may require surge capability to refurbish more than SC one set at a time or to shorten/accelerate the maintenance period. Additionally, general WHE services, including WHE maintenance, test weight support or crane operations support is included for Service Area I. This service area work requires work performance in the local area as the equipment will require transport from Blount Island, Jacksonville, Florida to the contractor ™s site for repair and government oversight. Service Area II “ Navy Watercraft Depot Level Repair. This service area includes depot level maintenance and repair for the following Navy watercraft systems: Landing Craft Mechanized-8 (LCM-8), and Improved Navy Lighterage System (INLS) which includes: Warping Tug (WT), Causeway Ferry Power Module, Causeway Ferry Beach Module, Causeway Ferry Intermediate Module and the RRDF system which includes the Docking Module, Ramp Module and Combination Module. Type of work includes various industry disciplines, but not limited to, towing, dry docking, steel fabrication, welding, mechanical, machining, piping, hydraulics, electrical, surface conditioning (blasting), and coating systems (painting/non skidding). It may also include selective repairs for unknown śgrowth ť work from other Navy watercraft contracts. This service area work requires work performance in the local area as the Navy craft will require towing/transport from Blount Island, Jacksonville, Florida to the contractor ™s site for repair and government oversight. Service Area III - Navy Watercraft Intermediate Level Maintenance and Repair. These service area tasks are focused on System Alterations, modifications, upgrades, selective repair, and associated Logistics services. It also includes Technical Writing and Documentation services associated with Maritime Prepositioning Force Navy watercraft during its maintenance cycle. This includes, but is not limited to, the following Navy watercraft: Maritime Prepositioning Force Utility Boat (MPFUB), Lighter Amphibious Resupply Cargo, 5 (LARC-V), Landing Craft Mechanized-8 (LCM-8) and Improved Navy Lighterage System (INLS), which includes: Warping Tug (WT), Causeway Ferry Power Module, Causeway Ferry Beach Module, Causeway Ferry Intermediate Module and the RRDF system which includes the Docking Module, Ramp Module and Combination Module. It also includes maintenance, repair and logistical support for organic assets supporting the maintenance cycle. Type of work includes various industry disciplines, but not limited to, hull cleaning, towing, minor steel fabrication, welding, mechanical, machining, piping, hydraulics, electrical, selective surface conditioning (blasting), coating systems (painting/non skidding) and dry docking. It may also include priority short notice selective repairs and system alterations to Navy watercraft that result from scheduling conflicts, production backlogs and unknown śgrowth ť work from prevailing contracts. This service area work requires work performance in the local area as the Navy craft will require towing/transport from Blount Island, Jacksonville, Florida to the contractor ™s site for repair and government oversight. Service Area IV “ Afloat Corrective Maintenance and Logistics Support. The tasks within this service area provide OCONUS Intermediate and Depot Level Repair and Logistic Services. This includes, but is not limited to, the following Navy watercraft: Maritime Prepositioning Force Utility Boat (MPFUB), Landing Craft Mechanized-8 (LCM-8) and Improved Navy Lighterage System (INLS), which includes: Warping Tug (WT), Causeway Ferry Power Module, Causeway Ferry Beach Module, Causeway Ferry Intermediate Module and the RRDF system which includes the Docking Module, Ramp Module and Combination Module on MPF shipping, deployed overseas. The tasks consist of corrective maintenance and repair of the INLS, LCM-8, MPF UB and ABLTS systems once they are placed aboard the MPF Ships. This task service area does not include preventive maintenance as these services are performed under contract with NAVFAC Expeditionary Programs Office (NEPO) while embarked on ships forward deployed. 3.0Requested Information 3.1 Interested parties are requested to respond to this RFI with a Capabilities Statement. 3.2 Capability Statements must be submitted NO LATER THAN 04 MAY 2017, 4:00 EST. Responses shall be limited to 15 pages for Section 2 and submitted via e-mail to duane.chase@bic.usmc.mil and stanley.sanders@bic.usmc.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 3.3. Section 1 of the Capability Statement shall provide administrative information, and shall include the following as a minimum: 3.3.1. Name, mailing address, phone number, fax number, and e-mail of designated point of contact. 3.3.2. DUNS and CAGE code from System for Award Management (SAM) registration. If your company is not registered in SAM you may still provide a response to this RFI. Be advised should your company wish to compete for any future work. SAM registration will be required prior to submitting a quote. For more information please visit the following link: https://www.sam.gov/portal/SAM/#1#1. 3.3.3. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 811310 as the work to be performed that is for commercial and industrial machinery (except automotive and electronic) repair and maintenance or 336611 Ship Building and Repairing. śSmall business concern ť means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at https://www.acquisition.gov/?q=browsefar and http://farsite.hill.af.mil/. 3.3.4 Identify subcontractor support which would be required to provide capabilities to perform the services required in one or more of the service areas identified above. All critical subcontractors must be identified, to include DUNS/CAGE information and Business type as described above. 3.4 Section 2 of the Capabilities Statement shall provide a detailed description of the capabilities to perform the services as described in Services Area(s) 1 through 4 above; the Capability Statement must address each Service Area separately. Describe the physical security of the facilities in which the required services can be performed; this description must include watercraft moored to piers or dry-docked. A description of capabilities must include a discussion as to whether the facilities to perform required services would be dedicated and how the area(s) would be segregated (disassembly area, blast and paint shop, machine shop, weld shop, testing area). In addition, capabilities statements must include a discussion of the capability to transport the corresponding equipment in each Service Area. 4.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail duane.chase@bic.usmc.mil and stanley.sanders@bic.usmc.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to this RFI as additional information. The Government does not guarantee that questions received after 28 April 2017 4:00 EST will be answered. 5.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can perform afloat navy craft repairs and various types of navy craft repairs. The information provided in the RFI is subject to change and is not binding on the Government. The Navy has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004A/M6700417Q1023/listing.html)
 
Record
SN04480335-W 20170422/170421000210-3815f74180e25aae1ac04ac4b010213a (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.