SOURCES SOUGHT
C -- Engineering & Marine Design Services
- Notice Date
- 7/31/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
- ZIP Code
- 98207-5005
- Solicitation Number
- N4523A-15-R-5020
- Archive Date
- 9/1/2015
- Point of Contact
- Dennis R. Bailey, Jr., Phone: 360-476-4001, Leroy Rushing, Phone: 360-476-4430
- E-Mail Address
-
dennis.r.bailey1@navy.mil, leroy.rushing@navy.mil
(dennis.r.bailey1@navy.mil, leroy.rushing@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This Sources Sought is issued for the purpose of market research in accordance with FAR Part 10. Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS&IMF) anticipates the procurement of marine design and engineering services. PSNS&IMF seeks potential sources who have the capability to provide comprehensive services for all current and former U.S. Naval vessels, ships, craft and boats in the areas of naval architecture, civil, mechanical, electrical, electronics, industrial, and environmental engineering. The work will include planning and estimating, engineering designs and calculations, technical research, material specifications, work control, testing and test direction, logistics support, oversight and technical support of industrial work, training, and detailed reports based on engineering studies and analysis relating to marine vessels and equipment (including but not limited to cranes, caissons and similar equipment used to support ship repairs, overhaul and dismantling). The requirements also include Computer Aided Design (CAD) drafting and modeling, computer programming and support services, and technical document preparation, publication and reproduction. Planning Yard requirements include ship checks, drawing development, Ship Alteration Record (SAR) and Ship Change Documents (SCD) development, Ship Selected Record (SSR) upkeep, and fleet technical support. The requirements include the need to install and monitor test and troubleshooting equipment and minor installation, repair, and replacement of components, equipment, and systems associated with troubleshooting and various assessments and inspections. Performance is primarily expected to be in Kitsap County, WA (60%) and Pearl Harbor Naval Shipyard (30%). Other areas of performance include Honolulu, HI, San Diego, CA, and Norfolk, VA (10 %). Additional possible locations include, but are not limited, to Jacksonville, FL, Kings Point, GA, Guam, the Far East and Middle East operating areas and the Mediterranean. The contract will require the contractor(s) to have a full service office facility located within Kitsap County, WA. It is anticipated that this procurement will result in multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts among at least two small businesses under NAICS code 541330. As such, PSNS&IMF anticipates conducting this procurement as a 100% small business set-aside. However, responses are sought from all interested and capable firms, regardless of size, in order to assist PSNS&IMF with a complete analysis of potential sources. It is also anticipated that task orders will be issued under the Fair Opportunity Act. The intent of PSNS&IMF is to provide the Navy with a streamlined contract that is flexible and responsive to recurring engineering and marine design needs. The task orders to be issued against the IDIQ contracts will vary in magnitude from a minimum dollar amount of $25,000 to a maximum of $5,000,000. The projected total contract value is $35,000,000 for a base period of twelve (12) months with four (4) twelve (12) month option periods for an overall anticipated term of five (5) years. Desired capabilities and qualifications include; - Expertise in marine design and engineering related services. - Experience working in commercial or military shipyard environments - Evidence demonstrating ability to work on projects of similar size, scope, magnitude, and complexity as the work described above. Potential awardees would be required to provide all labor, material, supplies, transportation, supervision, and all other necessary items to perform a full spectrum of engineering and marine design services. Interested firms should respond by registering on the Interested Vendor List under N4523A-15-R-5020. All written responses must include a written narrative of capability, including technical information demonstrating the ability to meet the above requirements. The response shall also include the firm's business size and classification. A positive statement of the firm's intent to submit a proposal for the anticipated contract solicitation as a prime contractor is also required. The responses must be sufficient to permit PSNS&IMF to conclude that there is a bona-fide capability to meet the requirement. Responses are limited to no more than 10 pages. Cover sheets, organization charts, and business size/classification documentation are excluded from the page count. Affirmative written responses must be received no later than 15 days after the publication of this notice. All questions regarding this notification shall be submitted in writing to Mr. Dennis R. Bailey, Jr. via email at dennis.r.bailey1@navy.mil with a carbon copy to Mr. Leroy Rushing at leroy.rushing@navy.mil. THIS IS NOT A REQUEST FOR PROPOSALS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A-15-R-5020/listing.html)
- Place of Performance
- Address: PSNS& IMF, 1400 Farragut Ave., Bremerton, Washington, 98207, United States
- Zip Code: 98207
- Zip Code: 98207
- Record
- SN03819026-W 20150802/150731234820-1548a760149c9d3452199eee52820326 (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 |