SOURCES SOUGHT
19 -- LPD 26 and LPD 27 Fitting Out Availability (FOA) and Post Shakedown Availability (PSA) - Sources Sought RFI and Appendex 1
- Notice Date
- 8/5/2015
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- 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
- N00024-15-R-2439
- Archive Date
- 8/29/2015
- Point of Contact
- Brendan Larson, Phone: 2027810950, Lawrence J. Gordin, Phone: 2027814905
- E-Mail Address
-
brendan.c.larson@navy.mil, lawrence.gordin@navy.mil
(brendan.c.larson@navy.mil, lawrence.gordin@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought and Appendix 1 N00024-15-R-2439 The Naval Sea System Command is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the Fitting Out Availability (FOA) and Post Shakedown Availability (PSA) for LPD 26 (JOHN P MURTHA) and for LPD 27 (PORTLAND). The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611 Ship Building and Repairing. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform the above described efforts, further detailed in Appendix 1, please provide the following information: 1) Organization name, address, e-mail address, web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical and industrial capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to 1) provide efforts consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of personnel and risk mitigation. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. In accordance with FAR 52.219-14, should the prospective contract be competed as a small business set aside, the prospective offeror would be required to perform 50% of the cost of manufacturing, to include industrial work, planning, engineering, and program management. If you are a small business, include a description of your plan to meet the requirements listed in Appendix 1 within the capability statement portion of your submission. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the herein described efforts are invited to submit a response to this Sources Sought Notice by 1500 EDT on 14 August 2015. All responses under this Sources Sought Notice must be emailed to lawrence.gordin@navy.mil and matthew.p.mccarthy1@navy.mil. If you have any questions concerning this opportunity please contact the technical point of contact: Matthew McCarthy at (202) 781-4944 or matthew.p.mccarthy1@navy.mil. Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. Please choose one of the methods below to submit your response: 1. For electronic file sizes over 5 MB upload and submit your response to the Safe Access File Exchange (SAFE) application (https://safe.amrdec.army.mil/safe/). Please follow the steps below: Proceed as a Guest user by clicking on "I do not have a CAC or this machine is not configured to read my CAC and I would like to access SAFE as a Guest User" Fill in all required fields Upload your RFI response and grant file access to the following email address: lawrence.gordin@navy.mil and matthew.p.mccarthy1@navy.mil. Click the "Submit" button 2. For electronic file sizes fewer than 5 MB send by email to lawrence.gordin@navy.mil and matthew.p.mccarthy1@navy.mil. 3. Submit digital copies files on CD or DVD by mail. Include two digital copies (e.g., 2 CD's or 2 DVD's). Mailing address: Naval Sea Systems Command, Attn: Mr. Matthew McCarthy, PMS317, 1333 Isaac Hull Ave SE, Washington, DC 20376. Please label your package with the solicitation number N00024-15-R-2439. Note: Preferred method of sending in responses for all electronic file sizes is by the SAFE application; however, responses will be accepted by email and mail as described above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-15-R-2439/listing.html)
- Place of Performance
- Address: San Diego, California, 92136, United States
- Zip Code: 92136
- Zip Code: 92136
- Record
- SN03825201-W 20150807/150805235509-7b059b3c4d29c5c71f1aba62990f40ac (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 |