The RFP Database
New business relationships start here

SATOC - Naval Surface Warfare Center, Philadelphia


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

Action Code: Sources Sought

Class Code: Z


Sources Sought No.: W912BU-20NSWCPD


Subject: Market Survey for SATOC for Shipboard-Type or Test-Equipment Installation/Facilitation, Facilities-Support and Other Industrial-Support Services at the Naval Surface Warfare Center Land & Sea Based Test Sites, Naval Surface Warfare Center, Philadelphia Division (NSWCPD)


NAICS Code: 238990 - All Other Specialty Trade Contractors


Contracting Office: Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States


Point of Contact: Robert W. Hutcheon, Phone:
E-Mail Address: Robert.W.Hutcheon@usace.army.mil


Small Business Set-Aside: To be determined.


SBA size standard is $15.0 million.


Response Date for Sources Sought: 15 August 2019.


Description of Proposed Contract: This is a Sources Sought and Market Survey Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. The U.S. Army Corps of Engineers, Philadelphia District, anticipates an Indefinite Delivery-Indefinite Quantity (IDIQ) Single Award-Task Order Contract (SATOC) with a duration of Five (5) Years, beginning on or about 20 July 2020. The minimum initial guarantee is $50,000; the minimum task order amount is $2,500; and the maximum task order amount is $5,000,000. The total contract value for the Five Year Ordering Period will not exceed $49,000,000.


A Market Survey is being conducted to gain knowledge of potential qualified Small Business firms, HUB Zone, 8(a), Women Owned, or Service Disabled Veteran Owned Business or other contractors for the following proposed contract:
Place of Performance: Naval Surface Warfare Center, Philadelphia Division, (NSWC-PD) (Philadelphia Navy Yard) in Philadelphia, PA, 19112.


Description of Work: Proposed task orders may include the metal fabrication (may require off-site fabrication and delivery to site), installation/facilitation, welding, electrical, communications and pipe-fitting installation/facilitation, test stand or other component and systems testing, maintenance, material procurement and removal of Navy shipboard-type machinery systems, associated components, and test stand equipment at various test sites located at NSWC-PD. The industrial support will be performed in accordance with industry standards, except when more stringent Government standards are mandated for selected tasks. The Contractor shall be responsible for ensuring that sufficient equipment, skilled and qualified labor, supervision, and materials, including health and safety and quality control provisions, are supplied to execute all work activities for final acceptance by the Government. Trades, as necessary for particular task orders, may include: Electrician/Controls, Pipe Fitter/Plumber, Rigger, Millwright/Marine Equipment Mechanic, Steel Fabricator, Machinist, Iron Worker, Welder/Burner, Firewatch, Insulator, Boilermaker, Carpenter, Cement Mason, Painter, Heavy Equipment Operator, Crane Operator and Laborer.


Security Requirements: To be considered, the prospective contractor, its business and personnel must be able to obtain security clearances, and its on-site personnel may be required to be U.S. citizens.


Documents Available: Respondents may request copies of the previous 2017 SATOC and a representative task order. Requests should include full name, business association and its address, contact phone number and should be sent to Robert. W. Hutcheon (robert.w.hutcheon@usace.army.mil) via email on or before 8 August 2019.


Industry Day: An industry day exhibition of typical work sites will be held beginning at 9:00 am EDT on 26 July 2019 at Naval Surface Warfare Center, Philadelphia Division, Ship Systems Engineering Station (NSWCPD), in Philadelphia, Pennsylvania. It is open to all interested parties provided that the participants have pre-registered by e-mail on or before 15 July 2019 and meet the security requirements for access. Preregistration requires disclosure of full name, business association and its address, contact phone number, American citizenship and level of security clearance, if any. Specific time and location will be announced via email to registered participants. Responses for industry day should be sent to Robert. W. Hutcheon (robert.w.hutcheon@usace.army.mil) via email on or before 8 July 2019 or the contractor may not be admitted to the industry day exhibition.


Sources Sought/Market Survey Responses Requested: Respondents are requested to provide the following information, which shall not exceed a total of eleven (11) pages:


1. Offerors' name, address, points of contact with telephone numbers and e-mail addresses.
2. Business size/classification to include any designations as Small Business, HUB Zone, Service Disabled Veteran Owned, 8(a), Women-Owned small businesses shall be indicated on first page of submission.
3. Provide construction bonding level per single contract/task order. Provide the aggregate sum total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along with current available bonding capacity.
4. Description of capability to perform projects similar to the work listed above, manage subcontractors, prepare and comply with various environmental and capacity to execute such projects with other ongoing construction contracts or other work.
5. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects, completed within the past five years, which are in scope with the work described above. The past performance information should include project title, location, general description of the work to demonstrate relevance to the proposed projects, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Narratives shall be no longer than eleven (11) pages. Questions regarding this Sources Sought must be requested via e-mailed to Robert W. Hutcheon (robert.w.hutcheon@usace.army.mil). Phone inquiries will not be answered or returned.


Response Date: 15 August 2019


Robert W. Hutcheon, Contract Specialist, Phone (215) 656-2291, Fax (215) 656-6798, Email robert.w.hutcheon@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP