Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2014 FBO #4697
DOCUMENT

R -- Operation Maintenance and Repair of M/V Independence - Attachment

Notice Date
10/2/2014
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
 
Solicitation Number
N3943015RINDY
 
Response Due
11/2/2014
 
Archive Date
11/17/2014
 
Point of Contact
Eric Ford
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT AND MARKET SURVEY FROM WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMAITON IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS ANNOUNCEMENT IS TO OBTAIN QUALIFICATION STATEMENTS FROM INTERESTED SMALL BUSINESSES FOR PERFORMING THE WORK DESCRIBED IN THIS ANNOUNCEMENT. The Naval Facilities Engineering and Expeditionary Warfare Center (EXWC), is seeking qualified contractors with current, relevant experience and the capacity/capability to provide operation, maintenance and repair of the M/V INDEPENDENCE which is owned by the Naval Facilities Command Engineering and Expeditionary Warfare Center (NAVFAC EXWC). The contractor shall provide crewing and engineering services necessary for NAVFAC EXWC to support its offshore missions from the M/V Independence. The contractor ™s primary effort is to operate the M/V INDEPENDENCE and maintain the vessel ™s mission readiness. The contractor shall provide a properly licensed crew, support personnel, facilities, and appropriate supervision to perform support services including navigation, operation, management, longshoring, marine equipment design and fabrication, logistics, alterations, and dry-docking to the M/V INDEPENDENCE as required under individual task orders. The contractor shall also provide alternate or additional vessels and crews to support an offshore mission should the M/V INDEPENDENCE not be able to support the mission due to schedule conflicts, mechanical problems, or when an additional vessel is required for the mission. This requirement will also be specified under individual task orders. Specific services may include, but are not limited to, the following: Operational Support, Manning, Master Responsibilities, Security and Safety, Pre-Mission and Post-Misison Preparation, Mission Maintenance, Berthing and Messing, Engineering Serices, Mission Readiness Sustainment, Maintenance, Repairs, and Dry-Docking Should this requirement proceed as an acquisition, the Government intends to solicit under NAICS Code 541330 with a $38.5 million size standard (Marine Engineering Exception). A single award, indefinite-delivery, indefinite-quantity (CPFF IDIQ) type contract is anticipated, with prospective task orders awarded using Cost Plus Fixed Fee (CPFF) pricing schemes. The length of this contract is anticipated to be a base year plus four option years for a total of five years. Interested small businesses are requested to submit a brief, written capabilities statement outlining relevant experience and capabilities. The capability statement shall not exceed five pages and consist of recent, relevant past performance information in providing the type of services described above as a prime or subcontractor. Please include current points of contact for verification purposes, contract number, dollar value, and period of performance, contracting agency, and a brief description of the contract scope of work. Also, include whether you are a current GSA schedule contract holder and terms. Interested firms are also requested to fill out the attached Sources Sought Information Sheet. Submit the requested information electronically to eric.l.ford2@navy.mil no later than close of business 2 November 2014. Since this is a sources sought announcement for acquisition planning purposes only, no evaluation letters will be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7c852d94bc412dd73e906326d1be08ee)
 
Document(s)
Attachment
 
File Name: N3943015RINDY_Sources_Sought.doc (https://www.neco.navy.mil/synopsis_file/N3943015RINDY_Sources_Sought.doc)
Link: https://www.neco.navy.mil/synopsis_file/N3943015RINDY_Sources_Sought.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03540568-W 20141004/141002234531-7c852d94bc412dd73e906326d1be08ee (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.