SOURCES SOUGHT
99 -- USS WASP (LHD 1) Class Amphibious Assault Ships Main Propulsion Boilers
- Notice Date
- 5/30/2025 10:26:25 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-25-R-4434
- Response Due
- 6/16/2025 12:00:00 PM
- Archive Date
- 07/01/2025
- Point of Contact
- Kathryn Corvello, Contracting Officer, Phone: 2027813177, Kevin Becker, Phone: 2027813980
- E-Mail Address
-
kathryn.f.corvello.civ@us.navy.mil, kevin.r.becker2.civ@us.navy.mil
(kathryn.f.corvello.civ@us.navy.mil, kevin.r.becker2.civ@us.navy.mil)
- Description
- 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 qualified technical services from original equipment manufacturers (OEM) or authorized providers for the inspection, overhaul, repairs and lifecycle support of USS WASP (LHD 1) Class Amphibious Assault Ships Main Propulsion Boilers. 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 or similarly situated entities. 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 Surface Combatant Warfare Class 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. REQUIREMENT NAVSEA is seeking contractors capable of completing expert services on USS WASP (LHD 1) Class Amphibious Assault Ships Main Propulsion Boilers. The scope of the contract is expected to be equivalent to that provided in Enclosure (1), USS WASP (LHD 1) work item 221-11-001, entitled � Number One Main Propulsion Boiler 5-Year Strength and Integrity Inspection, Start of Availability Inspection (SAI) and Completion of Availability Inspection (CAI); accomplish� as part of the: USS IWO JIMA (LHD 7) FY26 SRA scheduled from June 2026 to January 2028; and USS BOXER (LHD 4) FY27 SRA scheduled from January 2027 to July 2028. In accordance with 10 USC 8669a, so long as there is adequate competition available among firms able to perform the work at the homeport of the vessel, CNO Availabilities with durations less than 12 months must be solicited and awarded amongst firms that will perform the work at the homeport of the vessel. Availabilities with durations greater than 12 months will be competed on a coast-wide basis and may be awarded to a shipyard outside the vessel�s homeport. This contract is expected to require a highly capable contractor with capacity to provide expert services for the concurrent projects distributed across multiple amphibious ships and homeports. The places of performance are expected to be in each vessel�s respective homeport, e.g., Norfolk, VA, for the USS IWO JIMA and San Diego, CA, for the USS BOXER, but may be required in other locations in the United States if the vessel�s CNO Availability is awarded to a shipyard outside the vessel�s homeport. ACQUISITION STRATEGY The Government is contemplating procuring these efforts utilizing a single Cost-Plus Fixed Fee (CPFF) Level of Effort (LOE) type contract with a contract duration of one 12-month base year and two 12-month option years. However, the Government is seeking industry input for the best acquisition approach. 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 description provided in Enclosure (1). Note: Enclosure (1) will be provided upon request to authorized U.S. DoD contractors. This statement should include the following: Positive statement of intent to bid as a prime contractor for the requirement. Past Performance: Describe your company�s experience completing work similar to that described in Enclosure (1) or briefly describe how your company would be capable of meeting these requirements as of contract award. Personnel Capability and Capacity � Describe the extent that your company has the certified/authorized program management, quality management, engineering (Naval Architecture, Mechanical, Electrical, Controls Engineering, etc.), and trades (Boilermakers, Turbine Mechanics, Pipefitters/Steamfitters, Welders, Machinists, non-destructive testers, etc.) in the numbers and in the locations necessary to complete the requirements included in Enclosure (1) Identify the OEM certifications or authorizations your company holds or plans to hold relevant to the requirements provided as Enclosure (1). Identify the safety, quality, and environmental certifications your company maintains. Describe any teaming agreements, resource sharing agreements, or other methods that your company may employ to provide the certified/authorized personnel resources necessary to complete the requirements included in Enclosure (1). Facilities Capability and Capacity � Describe the extent that your company has access to the production, technical equipment, and support facilities with the capacity and in the locations necessary to complete the requirements included in Enclosure (1). The Government is not requesting interested parties to provide brochures and/or generalized sales-pitch language. Capability and Capacity statement 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. Specifically, parties are requested to provide the following information (as applicable): Company name, Company address, Primary company contacts(s) and associated email addresses, Company website, Business size (small or large) for NAICS code (336611), Company�s socioeconomic status (Woman-Owned, Veteran-Owned, HUBZone, etc.), Company CAGE Code and UEI number, and Any other information deemed applicable by the interested party A PARTY�S SUBMISSION SHALL NOT EXCEED MORE THAN 20 DOC (MS Word) OR PDF PAGES IN LENGTH AND BE NO LARGER THAN 7.5GB. Parties are responsible for adequately marking proprietary and/or competition sensitive information that is contained within their submission. Before the Navy will consider providing a party with a copy of �Enclosure (1),� which is marked as Export Controlled Data, a party shall email NAVSEA contract specialist, Kevin Becker, at kevin.r.becker2.civ@us.navy.mil and NAVSEA contracting officer, Kathryn Corvello, at kathryn.f.corvello.civ@us.navy.mil, and therein provide the company�s name and company�s CAGE Code. Upon the Navy�s receipt of the party�s information, the Navy will perform a vetting of the company for operational security purposes and determine, at its own discretion, if it will or will not release Enclosure (1) to the party. If the Navy chooses to release Enclosure (1), the Navy will coordinate via email with the party and provide the party with Enclosure (1) via an electronic drop on DOD SAFE. A party�s submission shall be delivered electronically either via encrypted email to Kevin Becker and Kathryn Corvello or via drop on DOD SAFE. If a party chooses the drop on DOD SAFE option, the party shall coordinate the �drop� with Kevin Becker and Kathryn Corvello, whereby one of them will provide a DOD SAFE link for the drop. The due date for submission is 16 JUNE 2025 from submission at 1500 EST. Disclaimer: This RFI is for Navy informational/planning purposes only. This announcement is not a request for proposal; it does not constitute any form of solicitation and shall not be construed as a commitment by the Navy. A party submission is not an offer nor proposal and the Navy is under no obligation to make any form of award as a result of this announcement. No funds will be provided by the Navy to pay for preparation of submissions in response to this announcement. All responses to this RFI are strictly voluntary. All submitted materials will be designated for Government Use Only. Third party support contractors providing support to NAVSEA Surface Warfare Directorate, SEA 21, will have access to the submitted material. These contractors have executed non-disclosure agreements with SEA 21. Submission of material requested in this sources sought announcement shall constitute consent to allow access to the material/information by any relevant third-party support contractor supporting SEA 21. Submitted material/information will be safeguarded in accordance with the applicable Government regulations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0844cd9324f345e5beafe5c631d0fa56/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07461712-F 20250601/250530230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |