The RFP Database
New business relationships start here

N64498-18-R-4005 Sources Sought


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

 
SOURCES SOUGHT NOTICE FOR NAVAL SURFACE WARFARE CENTER PHILADELPHIA DIVISION (NSWCPD)

 

SUBJECT:  Engineering, Technical, Logistics, and Installation Service Support for the NSWCPD Steam/Diesel/Electrical Power Systems Branch

 

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.

 

SOURCES SOUGHT DATE: 16 November 2017

 

CONTRACTING OFFICE ADDRESS: N64498

 

NAICS CODE: 541330/ $38.5 Size Standard

 

CLASSIFICATION CODE (PSC/FSC): R425

 

INCUBMENT:  N00178-08-D-5336-EHP1 by Amee Bay, LLC.

 

PREVIOUS STRATEGY: Section 8(a) Set-Aside Small Business

 

TECHNICAL CODE:  Code 42

 

ANTICIPATED AWARD DATE:  Q4 FY18

 

RESPONSE DATE: 01 December 2017

 

ANTICIPATED SET-ASIDE:  Total Set-Aside Small Business

 

CONTACT POINTS:  Ashley Gayle

 

Contract Type - A performed based Cost-Plus-Fixed-Fee (CPFF) order 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 03 September 2018.

 

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

 

Work Location Requirements - Bremerton, WA; San Diego, CA; Mayport, FL Yokosuka, JA; Sasebo, JA; Pearl Harbor, HI; Norfolk, VA; and other locations as required by TPOC and underway on U.S. Navy Ships and Coast Guard Ships.  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 42 is seeking sources to provide engineering, technical, logistics and Installation services to perform the functions for Navy and Army surface ships, submarines, and assault craft. Functions include engineering, technical and logistics support for in-service ship systems and equipment, refurbishment and testing of electrical and electrical control equipment, program management, programmatic, engineering, and implementation coordination support for equipment upgrades and ship modernization initiatives, and Direct Fleet Support for afloat units at the waterfront.

 

It is anticipated 191,452 man-years of technical support will be needed in the base year, year two, and year three, 190,452 man-years in year four, and 110,440 man-years in year five for a total of 875,248 man-years.

 

Capability Statements:

Interested businesses are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, demonstrating their ability to fulfill this requirement.  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

•·       Prime SeaPort-e contract number

•·       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 PWS,

 

(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.  Suggested language: 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.  Information should include:

•·       Contractor's Facility Clearance (if required, this should be filled out by the negotiator)

•·       Statement regarding capability to obtain the required industrial security clearances for personnel (if required, this should be filled out by the negotiator)

•·       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 must be submitted via email.  Responses must be received no later than 12:00pm EST on 05 December 2017 by e-mail to ashley.gayle@navy.mil

 

Milestones - It is anticipated that procurement milestones will occur on or around the following dates:

 

Set Aside Determination/Synopsis Issued: 16 November 2017

Solicitation Issued:  02 March 2017 

Solicitation Closed:  01 April 2017

Award Date:  TBD 

Performance Start:  03 September 2018 


Ashley E Gayle, Phone 2158977604, Email ashley.gayle@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP