DOCUMENT
99 -- Landing Craft, Air Cushion (LCAC) Service Life Extension Program (SLEP) - Attachment
- Notice Date
- 7/1/2013
- Notice Type
- Attachment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- N00024 Naval Sea Systems Command, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
- Solicitation Number
- N0002413SN10A
- Archive Date
- 9/29/2013
- Small Business Set-Aside
- N/A
- Description
- THIS SOURCES SOUGHT NOTICE IS A REQUEST FOR INFORMATION USING MARKET RESEARCH AND WILL BE USED FOR PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION AVAILABLE AT THIS TIME. THIS ANNOUNCEMENT IS FOR THE PURPOSE OF MARKET RESEARCH ONLY AND MAY OR MAY NOT TRANSLATE INTO AN ACTUAL PROCUREMENT. THERE IS NO FUNDING ASSOCIATED WITH THIS ANNOUNCEMENT. THIS SOURCES SOUGHT NOTICE IS AN ADVANCE NOTICE FOR INFORMATION, MARKET RESEARCH, AND PLANNING PURPOSES ONLY. This request for information includes reference to information in the attached FY13/14 LCAC SLEP RFI Brief. The brief is provided to give a more detailed description of the LCAC, LCAC SLEP, and the potential FY13/14 LCAC SLEP procurement. The U.S. Navy is issuing this Sources Sought Notice as a means of conducting market research to identify parties having both the interest and the resources to support LCAC SLEP requirements. As LCACs reach the end of their extended operational service life, shortfalls will exist in ship-to-shore lift capabilities. This will exacerbate the inherent challenges and limitations of supporting ship-to-shore movement and operations across the Range of Military Operations. Refer to the attached brief for more detailed information on LCAC and its capabilities. The result of this market research will contribute to the identification of potential bidders for the potential FY13/14 LCAC SLEP procurement. This request for information is seeking business sources in the United States capable of performing LCAC SLEP efforts at Assault Craft Unit 4 (ACU 4), Joint Expeditionary Base, Little Creek-Fort Story, Virginia Beach, VA and Assault Craft Unit (ACU 5), Marine Corps Base, Camp Pendleton, CA. The type of work to be accomplished includes repair and installation of hull structures, machinery, electrical systems, electronics, and piping systems. Integration of Government Furnished Property (GFP) (e.g. LCAC unique cable, the Command, Control, Communications, Computers & Navigation (C4N) suite and ETF40B gas turbine engines) into the craft utilizing a mature build-to-print Technical Data Package (TDP) is also required. The TDP consists of work items and associated drawings, test procedures, technical manuals, and a GFP list for each craft. Refer to the attached brief for more detailed information on typical LCAC SLEP elements and the associated TDP. Contractual changes are being considered compared to previous LCAC SLEP contracts (e.g. Contractor determined period of performance and potential performance incentives). Interested parties shall respond to this announcement with a notice of interest to the Points of Contact listed below no later than 1600 EDT on 8 July 2013. The notice of interest shall include a Company Point of Contact to whom specific information regarding site visits can be relayed. It is anticipated that site visits will be conducted at Assault Craft Unit 4 (ACU 4), Joint Expeditionary Base, Little Creek-Fort Story, Virginia Beach, VA on 7-8 August 2013 and Assault Craft Unit 5 (ACU 5), Marine Corps Base, Camp Pendleton, CA on 14-15 August 2013. The site visits will allow business sources an opportunity to survey designated LCACs (SLEP craft and non-SLEP craft) as well as the LCAC SLEP work done at the ACUs. The Government will make arrangement with the Company Point of Contact to provide the FY13/14 LCAC SLEP TDP prior to the site visit. Interested parties do not have to attend the site visits in order to provide the informational response detailed below. No later than 1600 EDT, 15 July 2013, interested business sources who previously provided a notice of interest in response to this Sources Sought shall submit the following informational response, via email only, to the Points of Contact listed below. Informational responses should be limited to three (3) pages. Telephonic responses are not acceptable. The informational responses shall contain unclassified information only and include the following: 1.Company Information a. Organizational Name, Mailing Address and Website Address b. Point of Contact i. Name ii. Position/Title iii. Email address iv. Telephone number 2.Capabilities and expected ability to meet LCAC SLEP requirements as referenced above. 3.Past experience performing construction and modernization of vessels of similar dimensions and characteristics highlighting: a. Construction and modernization “ i. Organic or subcontracted? ii. Teaming arrangement? b. Familiarity with Government contract requirements i. Give examples of successful Government contracts of similar scope of work. 4.Feedback to the following questions to industry: a. Is there anything related to the intended procurement of FY 13/14 LCAC SLEP that would prevent your company from performing the required work? i. Such as, contract type, work location, scope of work and material procurement requirements b. Do you have any suggestions that may potentially improve the Government ™s approach? c. Do you have any questions you would like to see addressed prior to RFP release? NOTE: Should no party other than the current LCAC SLEP incumbent provide a notice of interest by the date and time listed above, the site visit will be canceled and copies of the FY13/14 LCAC SLEP TDP will not be provided. Should no party other than the current LCAC SLEP incumbent provide a notice of interest, the Government will proceed with a synopsis for this effort as a sole-source procurement. NOTICES REGARDING SOLICITATION: This request for information does NOT constitute a Request for Proposal and is not to be construed as a commitment, implied or otherwise, by the Government that a procurement action will be issued. No telephone inquiries will be accepted and request for solicitation packages will not be honored. 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 SOURCES SOUGHT SYNOPSIS. The Government may not respond to any specific questions or comments submitted in response to this request for information or information provided as a result of this request. Any information submitted by respondents as a result of this notice is strictly voluntary. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of Contractors information. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests. NOTICE REGARDING PROPRIETARY INFORMATION: All submitted materials will be designated for Government Use Only. Third party support contractors who have executed non-disclosure agreements may have access to the information provided. Any information submitted which is to be provided and reviewed by Government personnel only shall be clearly marked as such. Otherwise, the Government shall construe consent has been given to allow access to the information by any relevant third party support contractor. IMPORTANT “ Any email containing export controlled information must be marked FOUO and use encryption. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Future information or other events will be posted at the websites for FBO and NECO (www.neco.navy.mil), the same sites where this announcement has been posted. POINTS OF CONTACT: Linda C. Squires, Contracting Officer, linda.squires@navy.mil CONTRACTING OFFICE ADDRESS: Naval Sea Systems Command Code SEA 02242 1333 Isaac Hull Ave., SE Washington, DC 20376-2101 Brenda Green, Contract Specialist, brenda.green1@navy.mil CONTRACTING OFFICE ADDRESS: Naval Sea Systems Command Code SEA 02242G 1333 Isaac Hull Ave., SE Washington, DC 20376-2101
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002413SN10A/listing.html)
- Document(s)
- Attachment
- File Name: N0002413SN10A_LCAC_SLEP_RFI_BRIEF.pptx (https://www.neco.navy.mil/synopsis_file/N0002413SN10A_LCAC_SLEP_RFI_BRIEF.pptx)
- Link: https://www.neco.navy.mil/synopsis_file/N0002413SN10A_LCAC_SLEP_RFI_BRIEF.pptx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0002413SN10A_LCAC_SLEP_RFI_BRIEF.pptx (https://www.neco.navy.mil/synopsis_file/N0002413SN10A_LCAC_SLEP_RFI_BRIEF.pptx)
- Record
- SN03104219-W 20130703/130701234540-fb9cf35650a5ac22083c7e16d973a9ff (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |