Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2017 FBO #5711
MODIFICATION

P -- Operation and Maintenance of the Emergency Ship Salvage Material

Notice Date
7/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
488390 — Other Support Activities for Water Transportation
 
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
N00024-17-R-4323
 
Archive Date
6/22/2017
 
Point of Contact
John Anderson, Phone: 3013429401, Mercedes Burrell, Phone: 2027811843
 
E-Mail Address
john.anderson6@navy.mil, mercedes.burrell@navy.mil
(john.anderson6@navy.mil, mercedes.burrell@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Updated 11 July 2017: This announcement is updated to add the Questions and Government responses received from the Industry Day and Synopsis FBO postings. Please see below. 1. Would the Government provide a draft of Sections L & M of the RFP as soon as possible and well in advance of the release of the final RFP? Answer: The Request for Proposal (RFP) is currently being developed, if time permits the Government will provide a draft Section L & M of the RFP. Otherwise, the Government is currently scheduled to release the RFP in Quarter 4 of FY17. 2. If there are going to be Key Personnel requirements in the final solicitation, would the Government release a draft list of Key Personnel and their required/desired qualifications as soon as possible? Answer: The Request for Proposal (RFP) is currently being developed, if time permits the Government will provide a draft of the Key Personnel requirement. Otherwise, the Government is currently scheduled to release the RFP in Quarter 4 of FY17. 3. Would the Government consider allowing the PM to be located near the Washington Navy Yard/NAVSEA HQ? Answer: The Government will evaluate the Contractor's plan to ensure adequate oversight is maintained by a PM that is not co-located with the ESSM HQ Facility. 4. Would the Government please confirm that Past Performance references will be allowed from the Prime and/or Subcontractors? Answer: Offerors (prime/subcontractors) shall prepare Past Performance Reference Information Sheets for a maximum of five (5) service contracts and subcontracts with a value exceeding $5,000,000 that are currently in process or have been completed during the last three (3) years and are comparable in size, scope, and complexity to the type of work required by this solicitation. 5. Are there any outlines to meet sub safe requirements? Answer: No, ESSM does not perform work on deep submergence systems. The maintenance of diving equipment falls under NAVSEA TS500-AU-SPN-010, U.S. NAVY GENERAL SPECIFICATION FOR THE DESIGN, CONSTRUCTION, AND REPAIR OF DIVING AND HYPERBARIC EQUIPMENT and NAVSEA SS521-AA-MAN-010, U.S. NAVY DIVING AND MANNED HYPERBARIC SYSTEMS SAFETY CERTIFICATION MANUAL. 6. What are the contractor requirements for Q&A of equipment as far as ISO standards are concerned? Answer: The ESSM contractor shall meet Quality Assurance requirements of the GENSPECS and MAN-010. As a whole, they will be audited to meet the requirements of ISO 9001 or an equivalent Quality Management System. Quality is also indirectly referenced in the Statement of Work in Section 5.5 Maintenance, Repair, Overhaul, Modification, Fabrication, Procurement, Testing and Operation of ESSM and Fleet Property, "To assess the quality of maintenance, the Government may conduct random operational testing of equipment that has been designated as meeting all MRC requirements. The Contractor shall operate and test equipment in support of the Government and return all property to storage status in accordance with the applicable MRC." *The remaining questions and answers will be released upon Government review on or before 17 July 2017*
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-17-R-4323/listing.html)
 
Place of Performance
Address: Various Locations World Wide, United States
 
Record
SN04574137-W 20170713/170711234733-812c5a92c111adefbc3fa76c63a27990 (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.