DOCUMENT
M -- Sources Sought Amendment for Port Operation Support Services at Joint Base Pearl Harbor-Hickam, Hawaii - Attachment
- Notice Date
- 11/17/2015
- Notice Type
- Attachment
- NAICS
- 488310
— Port and Harbor Operations
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- Solicitation Number
- N0060416CPORT
- Response Due
- 11/23/2015
- Archive Date
- 12/8/2015
- Point of Contact
- Kristen Moody 808-473-7643 Kristen Moody
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT INFO AMENDMENT 1. INTRODUCTION: Commander, Navy Region Hawaii (CNRH) in partnership with Naval Supply System Command Fleet Logistics Center Pearl Harbor (NAVSUP FLCPH) is issuing this sources sought to identify private industry firms with the expertise, capabilities and experience to provide Port Operation Support Services at Joint Base Pearl Harbor-Hickam on the island of Oahu. Pearl Harbor has operations the scale of a large port city. It is one of the Navys busiest ports, providing services and a safe haven for visiting and home ported Navy ships and submarines. An Industry Day was conducted on November 12, 2015. The list of attendees, slide presentation and Vessel Macro Metric Summary Report (for Historical Data purposes) are attached. 2. PERIOD OF PERFORMANCE: The period of performance tentatively consists of a 90 Day phase-in period (to begin 1 July 2016), followed by one (1) base and four (4) options periods. 3. CONTRACT TYPE: Firm-Fixed Price 4. SCOPE: The objective of this contract is to ensure operational and training requirements are met with mission-capable vessels and crews. The services to be performed under this contract encompasses port operations and logistics support necessary to ensure that the Government meets all port operational commitments. The Contractor shall be responsible for the operation of various watercrafts and maintenance of support equipment. Services shall be provided on a turn-key basis with the Contractor providing all necessary management expertise, personnel, supplies, tools, equipment, and vehicles (unless specified in this contract as Government furnished equipment). The Contractor shall plan, schedule, coordinate and assure effective completion of all services described in the forthcoming PWS. The nature of the work ranges from booming, line handling, dockmaster pier setting for all arrivals and departures, oil spill response, and movement of waterborne assets within the port. The principle skills required in the performance of this contract are primarily, qualified boat crews, line handlers, equipment repair personnel, oil spill response personnel, and administrative support personnel. The port operations contractor shall perform work that includes: - Asset and Inventory Control - Booming/De-Booming - Dockmaster Services - Duty Section Personnel - Equipment Maintenance - Hazardous Waste Disposal - Inclement Weather Operations Support - Line Handling - Oil Spill Response - Scuba Diving Services - Special Project Support - Trash Removal - Vessel Operations - Workboat and Gate Boat Operations - Hauling and Transport 5. PWS: A DRAFT Performance Work Statement (PWS) is attached. You are encouraged to review the PWS then submit questions and/or provide any comments to enhance the draft PWS by 23 November 2015 at 5:00pm (EST). 6. MARKET RESEARCH: NAVSUP FLCPH is conducting market research to identify parties and ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice; 2) provide services under a performance based service acquisition contract; and 3) determine the availability of small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Based on the responses to this sources sought, the requirement may be set-aside for a small business or procured through full and open competition. 7. SUBMISSION INSTRUCTIONS: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 23 November 2015 at 5:00pm (EST). All responses under this Sources Sought Notice must be emailed to Kristen.moody@navy.mil (cc: Elaine.carmody@navy.mil). Submissions shall be no longer than 5 pages. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Please submit the following information: a. Organization name, address and website URL (if applicable) b. Primary POC(s) - Telephone Number and email address c. Business Size and applicable small business classification (i.e. HUBZone, 8(a)) d. Cage Code e. Questions and/or comments regarding the Performance Work Statement (optional). f. Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416CPORT/listing.html)
- Document(s)
- Attachment
- File Name: N0060416CPORT_Port_Operations_PWS_for_Industry.docx (https://www.neco.navy.mil/synopsis_file/N0060416CPORT_Port_Operations_PWS_for_Industry.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0060416CPORT_Port_Operations_PWS_for_Industry.docx
- File Name: N0060416CPORT_Industry_Day_Port_Ops_Sign_In_and_Slides.pdf (https://www.neco.navy.mil/synopsis_file/N0060416CPORT_Industry_Day_Port_Ops_Sign_In_and_Slides.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N0060416CPORT_Industry_Day_Port_Ops_Sign_In_and_Slides.pdf
- File Name: N0060416CPORT_Vessel_Macro_Metric_Report.pdf (https://www.neco.navy.mil/synopsis_file/N0060416CPORT_Vessel_Macro_Metric_Report.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N0060416CPORT_Vessel_Macro_Metric_Report.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0060416CPORT_Port_Operations_PWS_for_Industry.docx (https://www.neco.navy.mil/synopsis_file/N0060416CPORT_Port_Operations_PWS_for_Industry.docx)
- Place of Performance
- Address: Joint Base Pearl Harbor-Hickam
- Zip Code: , Pearl Harbor, Hawaii
- Zip Code: , Pearl Harbor, Hawaii
- Record
- SN03947543-W 20151119/151117234337-cb454d465073cc86ba4723de6f604c72 (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 |