Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2014 FBO #4641
MODIFICATION

R -- FY15-FY19 Third Party Advanced Planning support for DDG 51 and CG 47 Class Ships

Notice Date
8/7/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N0002414R4400
 
Archive Date
12/31/2014
 
Point of Contact
Maria E. Gomez, Phone: 2027815488, Lisa B. Cohen,
 
E-Mail Address
maria.e.gomez@navy.mil, lisa.b.cohen@navy.mil
(maria.e.gomez@navy.mil, lisa.b.cohen@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command (NAVSEA) is preparing a solicitation for the procurement of Third Party Advanced Planning Support requirements for non-nuclear surface combatants DDG 51 and CG 47 Class Ships. The NAVSEA Surface Warfare Fleet Support Office (SEA 21) and the Fleet are responsible for the maintenance and modernization of all non-nuclear surface ship classes of the United States Navy (USN). This solicitation includes all FY15-FY19 Third Party Advanced Planning Support requirements for SEA 21 non-nuclear DDG 51 and CG 51 surface ships. The services provided under this Third Party Advanced Planning contract include: Availability Assessment, Availability Planning support, Availability Execution support, Integrated Logistic support, Maintenance Database and Feedback analysis, Special Projects, and Long Lead Time Material (LLTM) procurement and inventory management. A draft Statement of Work (SOW) is attached to this pre-solicitation notice. This planning requirement is currently being satisfied, in part, by active Spiral I/II Multi-Ship Multi-Option (MSMO) contracts which will begin a phased expiration of individual contracts beginning September 2014. Description Contract Number Vendor Pearl DDG/FFG/CG N00024-06-C-4408 BAE Hawaii Norfolk DDG Non-Docking N00024-10-C-4405 MHI Norfolk DDG Docking N00024-10-C-4308 BAE Mayport CG/DDG N00024-10-C-4406 BAE San Diego DDG N00024-11-C-4408 BAE Norfolk CG N00024-11-C-4403 BAE San Diego CG N00024-11-C-4400 BAE Puget Sound FFG/DDG Docker N00024-11-C-4401 Vigor Puget Sound FFG/DDG Non-Docker N00024-12-C-4400 PACSHIP The government intends to solicit this requirement subject to full and open competition following Best Value source selection procedures. A Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) contract type with a Performance Incentive Fee schedule is anticipated. The performance period will span five (5) years and include a one (1) year base, two (2) one-year options, and two (2) one-year award term options totaling 60 months, if all options are exercised. An Organizational Conflict of Interest Clause (OCI) as defined by FAR 9.505 will be included in the resultant solicitation and contract whereas Third Party Advanced Planning prime contractors must be a separate entity from the prime maintenance activity executing the planned work. Execution work includes current Multi-Ship Multi-Option (MSMO) primes and primes competing for evolution strategy prime opportunities for a given ship class. Separate corporate entity could be achieved by separate business units or organizationally separate parts of the same parent company that are separate profit centers. Any subcontracting opportunities may remain available but subject to OCI and proper mitigation plans. The contractor shall certify compliance with the OCI clause or present an acceptable plan to neutralize any potential OCI. The places of performance under this contract include, but are not limited to, the following Fleet Concentration Areas (FCAs): South East Regional Maintenance Centers (RMC), Mayport, FL; North West RMC (NWRMC), Everett, Washington; South West RMC (SWRMC), San Diego, CA; Norfolk Ship Support Activity (NSSA) RMC, Norfolk, VA; Hawaii RMC (HRMC), Pearl Harbor, HI; and NSSA Detachment Mediterranean, Naples, Italy which consists of NSSA Detachment Bahrain, Manama Bahrain and Forward Deployed Naval Force (FDNF) Rota, Spain. The contract size is estimated by total planned product (or depot level work item) development volume. This volume is defined by work items that typically support Chief of Naval Operations (CNO) type availability planning, and work items that support Continuous Maintenance (CM) planning. Fiscal Year CNO Availability CM Planning Total Planning 2015 4,283 3,780 8,062 2016 6,031 3,357 9,388 2017 4,471 3,381 8,152 2018 7,259 3,406 10,665 2019 4,760 3,381 8,141 Total Work Items 44,408 It is anticipated that the solicitation will be available on the FedBizOpps website at www.fbo.gov at the end of August 2014 and will be open for a minimum of 30 business days. Award is targeted for performance to begin 31 December 2014. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2014-06-03 08:03:57">Jun 03, 2014 8:03 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2014-08-07 10:13:55">Aug 07, 2014 10:13 am Track Changes This amendment is issued to provide answer to questions received from industry. Question: Will there be a small business requirement within the RFP? If so, what is the minimum percentage requirement? Answer: In accordance with FAR 19.702 (a)(1), prime contractors will be required to submit a Subcontracting Plan that meets the requirements of FAR 19.704, DFARS 219.7 and NMCARS 5219.7, and includes, at a minimum, a small business subcontracting goal of 20% of the total subcontracting dollars. Amendment 2 is issued to remove the security requirements for facility and key personnel and to update the estimated soliciation release date from end of July 2014 to end of August 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002414R4400/listing.html)
 
Place of Performance
Address: The places of performance under this contract include, but are not limited to, the following Fleet Concentration Areas (FCAs): South East Regional Maintenance Centers (RMC), Mayport, FL; North West RMC (NWRMC), Everett, Washington; South West RMC (SWRMC), San Diego, CA; Norfolk Ship Support Activity (NSSA) RMC, Norfolk, VA; Hawaii RMC (HRMC), Pearl Harbor, HI; and NSSA Detachment Mediterranean, Naples, Italy which consists of NSSA Detachment Bahrain, Manama Bahrain and Forward Deployed Naval Force (FDNF) Rota, Spain., United States
 
Record
SN03457218-W 20140809/140808001742-7f54b4721de602fc8ebed574ac72c12c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.