The RFP Database
New business relationships start here

18FJB004


Pennsylvania, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

SUBJECT: Engineering and Technical Services for Division 41 Hull, Mechanical and Electrical (HM&E) technical data development, maintenance and management.

THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible firms capable of providing the supplies/services described herein prior to determining the method of acquisition.


Contract Type - A Cost-Plus-Fixed-Fee (CPFF) contract is anticipated. This requirement will be awarded based on best value evaluation criteria.


Period of Performance - The performance period will span five years from the date of award; and include a base period of 12-months and four 12-month option periods. Performance is anticipated to begin on or after 01 March 2019 when the current task order expires.


Personnel Security Clearance - All personnel performing under this order shall possess a SECRET level security clearance. Interim clearances are acceptable.


Work Location Requirements - The primary place of performance will be Philadelphia Naval Business Center, Philadelphia, PA. The contractor will be assigned to provide primary support at NSWCPD, Philadelphia, PA. Routine visits between contractor personnel, and Government personnel for liaison with appropriate officials, and performance of work is required. Local commuting expenses will not be reimbursed. Travel locations include, but are not limited to: Norfolk, VA; Mayport, FL; Kings Bay GA; Pascagoula MS; Ingleside TX; Bath, ME; Bangor, WA; Everett, WA; San Diego, CA; Bremerton, WA; and Pearl Harbor, HI. In addition, the Contractor shall provide support to foreign Navies via the Foreign Military Sales (FMS) program. Foreign countries currently engaged are Spain, Australia, Turkey, Japan, Italy, Taiwan, Canada, New Zealand, South Korea, Norway, Germany, Netherlands, Denmark, and Greece. It is anticipated that 7% of the travel will be OCONUS. Due to the possible sensitive work and areas in which work may be performed, all Contractor's key personnel shall have or ability to secure a security clearance at the SECRET level and any classified documents and reports received or generated by the Contractor shall be classified up to and including Secret Level in accordance with the DD Form 254 "Contractor Security Classification Specification."


Scope - The Naval Surface Warfare Center, Philadelphia Division (NSWC-PD) Division 41 is seeking sources to provide for: programmatic; administrative; engineering; technical; training; logistical; maintenance; installations/alterations; Life Cycle Management; technical data management; catalog updating, and general systems, and equipment support for HM&E systems for the NSWCPD, specifically for the Auxiliary Machinery Systems Division (Division 41, consisting of Codes: 411, 412, 413, 414, 416, and 418) or NSWCPD Support Codes that directly support the Auxiliary Machinery Systems Division. Tasks will include the following: alterations support; equipment life cycle management; ship change documents (SCDs); ship alterations (SHIPALTS); data collection, and analysis; metrics; system design; development, and testing support; engineering development models; system operability testing, and logistic product development. Services will be rendered, as required, in Philadelphia, PA, and ports on the East Coast, West Coast and Outside the Continental United States (OCONUS),


Capability Statements:
Interested businesses are invited to submit capability statements. Responses are not to exceed Ten (10) pages. Responses shall be in electronic format. A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contact (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count.
Capability Statements must address, at a minimum the following:


Section 1: Introduction. Identify the Sources Sought Number and Title
Section 2: Corporate Description.
• Name of Company and address
• Ownership, including whether: Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB)
• Points of contact, including: Name, title, phone, and e-mail address
• CAGE Code and DUNS Number
(1) A complete description of the offeror's capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government's objectives as stated in the attached DRAFT Statement of Work (SOW).


(2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort,


(3) Demonstrated ability to obtain security clearances at the time of contract award or within 45 days for all personnel expected to provide support in accordance with the above requirement;



Section 2. Past/Current Performance. Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the Draft SOW.


Section 3. Technical Response. Provide a detailed technical response that addresses the tasks identified in the Draft SOW and the ability to fulfill the requirements identified in the DRAFT SOW attached. Information should include:
• Contractor's Facility Clearance
• Statement regarding capability to obtain the required industrial security clearances for personnel
• The contractor's ability to manage, as a Prime contractor, the types and magnitude of all tasking in the SOW
• Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost of the contract with its' own employees in accordance with FAR 52.219-14
• The contractor's capacity, or potential approach to achieving capacity, to execute the requirements of the SOW. This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified
• Contractor's ability to begin performance upon contract award.
• A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts.


Attachment (1) DRAFT Statement of Work (SOW)


Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence.


Note: Prior to the award of a cost-type task order, the Federal Acquisition Regulation (FAR) SubPart 16.301-3(a) requires that the contractor's accounting system be determined adequate for considering costs applicable to the contract or order. No telephone responses will be accepted. No contractor response received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. Questions or comments shall be submitted via email to the Contract Specialist (Francis J. Brady) by 26 February 2018. Responses must be received no later than 12:00pm EST by e-mail to francis.j.brady@navy.mil.


Francis J. Brady, Phone 2158977821, Email francis.j.brady@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP