The RFP Database
New business relationships start here

RFI: America-class Landing Helicopter Assault Replacement (LHA (R)) Flight 1 Program


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

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.
 
SUBJECT:   In accordance with Defense Federal Acquisition Regulations Supplement (DFARS) and Procedures, Guidance, and Information (PGI) 206.302-1, entitled, "Only one responsible source and no other supplies or services will satisfy agency requirements", the Navy is interested in obtaining market information pertinent to advanced planning, engineering, product support, Long Lead Time Material (LLTM) procurement and advanced pre-fabrication efforts for the eventual conversion to detail design and construction (DD&C) award of one (1) America-class amphibious assault ship, Landing Helicopter Assault Replacement (LHA (R)) Flight 1 and the eventual DD&C related provisions for the procurement of: onboard spares and repair parts, major shore based spares, engineering and industrial services, special studies, emergent material and service, technical manuals, Coordinated Shipboard Allowance List (COSAL) material and crew familiarization.

INCUBMENT CONTRACT: N00024-16-C-2427, LHA 8 DD&C



PREVIOUS STRATEGY: Other Than Full and Open Competition permitted under 10 United States Code (U.S.C.) 2304 (c) (3) Industrial Mobilization; Engineering, Developmental, or Research Capability; or Expert Services) awarded under a limited competition to Huntington Ingalls Incorporated (Ingalls Shipbuilding).



ANTICIPATED SET-ASIDE:  N/A



TECHNICAL CODE:  PMS 377, Amphibious Warfare Program Office



CONTRACTING OFFICE CODE: N00024



Contract Type - A Cost-Plus-Fixed-Fee (CPFF) contract is anticipated with conversion into a Fixed-Price Incentive (FPI) contract upon a prospective DD&C award.
 

Period of Performance - The performance is anticipated to commence upon date of contract award utilizing appropriated Fiscal Year (FY) 2019 Shipbuilding and Conversion, Navy (SCN) funding with the eventual DD&C award predicated upon any funding and requisite authorities authorized and appropriated thereafter.



Work Location Requirements - The majority of the work will be performed at the Contractor's facility.
 

Scope - Attachment (1) DRAFT Statement of Work (SOW); Attachment (2) Notional Long Lead Time Material List

Capability Statements:

Not to exceed five (5) double spaced, single-sided pages in length, demonstrating the Contractor's 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

- 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

A complete description of the Contractor'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 SOW including the capability to design and eventually construct and launch an LHA (R) Flight 1 ship.



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 Security Clearance.

- 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.

- 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.




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.

This notice shall not be construed as a commitment by the Government of any kind to award a contract for the future construction of any ship.

No telephone inquiries will be accepted and requests for solicitation packages will not be honored, as no solicitation is intended at this time.

Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation.

THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS RFI.

No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of the requested information.

No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests.   Responses to this RFI may be considered in the future determination of an appropriate acquisition strategy for the program.   The Government may not respond to any specific questions or comments submitted in response to this RFI or information provided as a result of this request. Any information submitted by respondents as a result of this notice is strictly voluntary.

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. 

IMPORTANT - Any email containing export controlled information must be marked FOUO and use encryption.


Brian W. Blasser, Procuring Contracting Officer, Phone 2027814886, Email brian.w.blasser1@navy.mil - Kelli A.L. Wright, Contract Specialist, Phone 2027811455, Email kelli.wright1@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP