The RFP Database
New business relationships start here

Design and Installation of Waterside Security Barriers in San Diego for National Shipyard Service Company, BAE Systems Maritime and Huntington Ingalls Industries


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

NAVAL FACILITIES ENGINEERING COMMAND
ENGINEERING AND EXPEDITIONARY WARFARE CENTER
SOURCES SOUGHT NOTICE

Document Type: Sources Sought Notice
Title: Design and Installation of Waterside Security Barriers in San Diego for National Shipyard Service Company, BAE Systems Maritime and Huntington Ingalls Industries.
Sources Sought Post Date: 12 Jul 2019
Sources Sought Response Date: 26 Jul 2019
NAICS Code: 488310
Product Service Code: Z2PZ

1.0    Introduction
Naval Facilities Engineering and Expeditionary Warfare Center requires a detailed design and installation, under a single contract, of Waterside Security Barrier (WSB) systems at three commercial shipyards located in San Diego Bay.
The basic contract would be for the engineering design of the waterfront barrier systems and installation of the WSB systems in accordance with the submitted design. This includes the training of personnel for maintenance and operation of the new WSB systems.
The commercial shipyards in San Diego Bay at which WSBs would be installed are:
1) General Dynamics (NASSCO)
2) BAE Systems Inc.
3) Huntington-Ingalls Industries (HII)

There is no solicitation at this time. This Sources Sought Notice (SSN) does not constitute a request for proposals. Submission of any information in response to this notice is purely voluntary. The Government assumes no financial responsibility for costs incurred.
This notice shall not be construed as a commitment by the Government to execute a requirement. The Government will not pay for effort expended in responding to this notice.

A draft Performance Work Statement is attached to this notice.

2.0 SOURCES SOUGHT
This SSN is for information and planning purposes only and shall NOT be construed as a solicitation or as an obligation on the part of the Government. This notice does not obligate the Government to award a contract or otherwise pay for information provided in a response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any concern responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the concernbs qualifications to perform the work.
Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received, or
provide feedback to respondents with respect to any information submitted.

No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in resultant solicitation(s).

3.0 CAPABILITY STATEMENTS
All interested firms having the experience, skills and capabilities are requested to provide a capability statement not to exceed ten pages (five double-sided pages) in bTimes New Romanb 12-pitch font, formatted to fit an 8.5 x 11 sheet that include the following information.

a.
Company name, address, point of contact name, telephone, and email address.
b. CAGE Code and DUNS Number.
c. Business size status (business size/socio-economic category must be submitted to be used).
d. Identify existing contract vehicles and contract numbers your company has been awarded under NAICS 488310, entitled, bPort and Harbor Operations.b
e. Recommended/suggested NAICS codes for this effort.
f. Narrative that describing how the company qualifies for the below capability:

Capability: Summarize your corporate (and/or sub-contractor) capabilities and experience in the design, fabrication and installation of a WSB system that meets the requirements of the attached draft performance work statement.

For Design: This includes the capability to qualify the WSB design by a combination of: 1) certified dynamic tests; 2) reliable and sufficient test data with extrapolations to the required kinetic energy levels and environmental loads using acceptable engineering basis.
For Installation: This includes the capability to manage, fabricate and install the qualified WSB design at the San Diego sites which will meet requirements of both the Government and the commercial shipyards.

4.0 SUBMISSION INSTRUCTIONS
All responses to this Sources Sought Notice must be submitted electronically to Keith Garascia,
Contracting Officer at keith.garascia@navy.mil. The subject of the email must be titled bSources Sought: Design and Installation of Waterside Security Barriers in San Diego for National Shipyard Service Company, BAE Systems Maritime and Huntington Ingalls Industries.b

To facilitate a timely and comprehensive review of all submitted responses, firms must respond using the format requested in this Notice.
Any deviation from this format may lead to the rejection of the response.

Capability statement responses to this sources sought notice are due no later than 1600 Pacific Time on Friday, 26 July 2019. Responses received after this date and time may not be considered.

Julianne Kowalski 805 982 1207

Andrew Harris 805 982 2764

keith.garascia@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP