Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
MODIFICATION

R -- Advanced Planning Support for MAAC Ships

Notice Date
6/15/2017
 
Notice Type
Modification/Amendment
 
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-4431
 
Point of Contact
Paul K Kang, Phone: 2027811995, Jamillah L Powell, Phone: 2027812040
 
E-Mail Address
paul.kang@navy.mil, jamillah.powell@navy.mil
(paul.kang@navy.mil, jamillah.powell@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT NOTICE IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT FROM RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION WILL BE PROVIDED FOR RESPONSE PREPARATION. INTRODUCTION 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 (NAVSEA ), Washington DC, is conducting market research and seeking information from potential sources able to provide engineering and technical services to support the U.S. Navy's non-nuclear surface combatant ship maintenance and modernization advanced planning requirements for Mine Warfare, Amphibious, Auxiliary, and Command (MAAC) Ships. The results of this Sources Sought will be utilized to determine whether any Small Business set-aside opportunities exist. All Small Business set-aside categories will be considered. In accordance with FAR 52.219-14, Limitations on Subcontracting, Small Businesses concerns are reminded that in the performance of contracts awarded under small business set-aside procedures, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. BACKGROUND The NAVSEA Surface Warfare Directorate, SEA 21, is responsible for life-cycle management for all non-nuclear surface ship classes of the US Navy including MAAC Ships. In-service life cycle support of these ships comprises: integrated planning, programming, and execution of the maintenance and fleet modernization program, including the provision of all technical and logistics support required to maintain, modernize, and improve performance of these ships. The specific engineering and technical requirements that are covered under this Sources Sought notice include, but are not limited to: Availability Planning Support, Availability Execution Support, Integrated Logistic Support (ILS), Availability Assessment Execution, Special Projects, Long Lead Time Material (LLTM) Planning Support, and LLTM Inventory Support. A list of service objectives with a description of each major task anticipated for the contract is provided as an attachment to this notice. INCUMBENT This requirement is currently being, satisfied in part under the national Third Party Planning (3PP) contracts listed below: Amphibious Warfare Ship Class Contract (LHA and LHD) N00024-16-C-4405 QED Systems, Inc. Amphibious Warfare Ship Class Contract (LPD 17 and LSD 41/49) N00024-15-C-4404 QED Systems, Inc. ACQUISITION STRATEGY The Government is contemplating procuring this effort utilizing a Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) type contract, with a contract duration of one (1) 12-month base year and four (4) 12-month option years broken out as follows: MAAC Ships Contract to include LHA, LHD, LPD, LSD Ships and possibly Surge Capability for PC and MCM Ships: Fiscal Year CNO Availability (Work Items) CM Planning (Work Items) Total Planning (Work Items) 2018 1,589 828 2,417 2019 3,030 1,156 4,186 2020 3,952 1,156 5,108 2021 3,578 1,156 4,734 2022 1,624 1,156 2,780 NOTE: The above workload estimates do not include service life enhancing shipboard material assessments that may be executed in support of depot level work item development. The contract size is estimated by total planned product (or depot level work item) development volume. This volume is defined by work items that typically support Chief of Naval Operations (CNO) type availability planning, and work items that support Continuous Maintenance (CM) planning. CAPABILITIES AND CAPACITY STATEMENT Interested parties shall submit a comprehensive Capabilities and Capacity statement that describes the firm's capabilities and capacity to meet the Government's requirements including the following: (1) Positive statement of intent to bid as a prime contractor for the requirement. (2) An outline of resources available to accomplish the proposed contract. Submittals must clearly distinguish in-house resources from sub-contracted resources and include the following areas: •- Infrastructure and organization sufficient to process substantial volumes of complex engineering data; operate at high volume, provide rapid turnaround of administrative and technical products; implement project management controls; execute significant multi-tasking; and control costs. •- Key Personnel: identify appropriate levels and types of expertise in a manner that demonstrates understanding of the requirements listed in the Service Objectives. Interested parties shall address the following positions: Program Manager, Contract Manager, Project Managers, Quality Assurance Manager, Quality Assurance Specialists, Logisticians (including Integrated Logistic Support, Provisioning and Technical Document support, Material and Warehousing Logisticians, etc.), Cost Analysts, Planners, Estimators, Schedulers, and Ship Check Assessors; and the following technical disciplines: Marine Engineering, Naval Engineering, Mechanical Engineering, Electrical Engineering, Naval Architecture, Computer Engineering, and Software Engineering. •- Identify all property, equipment, and facilities necessary to perform the requirements outlined in the Service Objectives, including an approach for accessing or maintaining technical information that supports the planning process, material warehousing capacity, and capability for shipping/receiving government furnished material. •- Interested parties shall be able to provide planning and engineering efforts nationwide and conduct of system/equipment validation ship checks in all homeports for each assigned vessel. If the firm is not able to provide planning and engineering effort nationwide and/or conduct validation ship checks in all homeports for each assigned vessel, explain the reasons for this inability. •- Provide relevant examples of a quality system defining the capability and approach to ensure quality assurance for all required planning products and processes. (3) Past Performance: Provide relevant past performance information including previous contracts performed in the last five (5) years. The information provided for each named contract shall include: type of project, total planning items per year, dollar value, location, Point of Contact (including name, title, phone number and email address), section(s) of the Service Objectives that corresponds to the past performance information provided. If the work was accomplished as a prime contractor, please indicate the percentage of work, if any that was subcontracted. If the work was performed as a subcontractor, indicate the percentage and dollar value of the work performed. If the interested party has no relevant experience on U.S. Navy Surface Fleet Vessels, projects on other Government vessels and private industry projects may be submitted. If the past performance information submitted is for effort other than that provided in support of U.S. Naval Surface Fleet Vessels, explain (no more than 1-page in length) how that experience will enable the firm to successfully meet the requirements of the contemplated contract(s). (4) If an interested party is contemplating being part of a joint venture, state names of the joint venture members and their business size and describe the intended roles and responsibilities of each member as it relates to the Service Objectives. (5) State the firm's current clearance level, if any, for facilities and personnel. (6) Describe your firm's accounting systems and provide specific evidence of financial responsibility. 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. SUBMISSION DETAILS : Responses to this notice should not exceed twenty five (25) single-sided (Times New Roman, minimum 12 font) pages and should include a cover letter (not counted towards the 25-page limit) with the following information: (1) Business name, address, CAGE code and DUNS number; and Point of Contact including name, phone number and email address responsible for submission; (2) Company size (Small or Large), in accordance with the North American Industry Classification System (NAICS) code 541330, size standard is $38.5M and/or NAICS code 336611, size standard is 1,250 employees; (3) if a Small Business, specify if your company is any of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Small Business concern; (d) Woman-Owned Small Business; or (e) Economically Disadvantaged Woman-Owned Small Business. Submissions shall be in Microsoft Word or Adobe Acrobat (5MB limit) and shall be sent electronically to: Jamillah Powell, Contracting Officer, at jamillah.powell@navy.mil and Paul Kang, Contract Specialist, at paul.kang@navy.mil. An email acknowledging receipt will be sent within 1 business day to each individual submission. The deadline to submit responses is 1700 (EST) on Thursday, 29 June 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-17-R-4431/listing.html)
 
Place of Performance
Address: NATIONWIDE, United States
 
Record
SN04546048-W 20170617/170615235304-291a80003502a424af287e68fa854ded (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.