Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2018 FBO #5942
SOURCES SOUGHT

19 -- USS ANCHORAGE (LPD 23) Selective Restricted Availability (SRA)

Notice Date
2/27/2018
 
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
N00024-18-R-4411
 
Archive Date
3/28/2018
 
Point of Contact
Colin Joseph Gallagher, Phone: 2027813450, Steven G. Galer, Phone: 202-781-2873
 
E-Mail Address
colin.j.gallagher@navy.mil, steven.galer@navy.mil
(colin.j.gallagher@navy.mil, steven.galer@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement USS ANCHORAGE (LPD 23) Selective Restricted Availability (SRA) Solicitation Number: N00024-18-R-4411 Agency: Department of the Navy Office: Naval Sea Systems Command (NAVSEASYSCOM) Location: NAVSEA HQ This is a sources sought announcement in accordance with FAR 15.201 and in anticipation of a potential future procurement program. The Naval Sea Systems Command is conducting market research to determine industry capability and interest in performing the FY19 Selective Restricted Availability (SRA) Chief of Naval Operations (CNO) availability on the USS ANCHORAGE (LPD 23) on the West Coast. The Naval Sea Systems Command is especially interested in determining small business capability and interest. The Government is seeking responses from sources that can perform pier-side maintenance, repair, and alterations anticipated to be 7/08/2019 - 7/17/2020 (subject to change). The anticipated RFP release date is on or around 10/25/2018 (subject to change). The Government has provided an outline of some of the work anticipated to be completed under the expected FY19 SRA as an enclosure to this sources sought document (see Enclosure (1)). The anticipated contract type will be firm-fixed price. What/Where to Submit: Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact to Commander, Naval Sea Systems Command, Attn: Steven Galer, SEA 02441. Please send your letter of interest and email it to the Contracting Officer Steven Galer, steven.galer@navy.mil, and the Contract Specialist, Colin Gallagher, SEA 02441G at colin.j.gallagher@navy.mil with "USS ANCHORAGE (LPD 23) FY19 SRA Sources Sought Response" in the subject field and hand or digitally sign your letter of interest. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in Enclosure (1), and answers to the following specific questions. Please limit your response to no more than 5 pages. •1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,250 or less employees)? •2. How many employees does your company have? •3. Does your company have a website? If so, what is your company's website address? •4. Does your company have access to a pier capable of berthing USS ANCHORAGE (LPD 23) See Enclosure (1) (A. General; c. Ship Particulars) for specifications. •5. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance. •6. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? In addition to the previous question, please answer the following sub-questions: •a. Is your company a NAVSEA certified Master Ship Repair Contractor (MSRA)? •b. Is your company a NAVSEA certified Boat Repair Contractor (ABR)? •7. Given the complexity of the work described in this announcement, including Enclosure (1), please describe your company's historical experience completing work on similar systems at a similar complexity on the critical systems outlined in Enclosure (1), or briefly describe how your company would be capable of meeting these requirements as of contract award. •8. Given the complexity and size of the work described in this announcement (Enclosure (1)), does your company plan to submit a proposal in response to the anticipated solicitation for the USS ANCHORAGE (LPD 23) FY19 SRA? Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government. NAVSEA may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. This sources sought announcement is released in accordance with FAR 15.201. This sources sought announcement is not a request for proposal. The purpose of this sources sought announcement is to gather information from the market place. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract. No telephone inquiries will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time. When to Submit: Responses are requested no later than 13 March 2018. Notice Regarding Sources Sought: Please note that this sources sought is for information purposes and to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government of any kind. Other: The Government will not pay for any effort expended or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided. Future information, if any, will be posted at the website for FBO. Contracting Officer Address: NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Ave SE, Washington Navy Yard, DC 20376 Point of Contact: Steven Galer, SEA 02441 Contracting Officer, steven.galer@navy.mil Colin Gallagher, SEA 02441R Contract Specialist, colin.j.gallagher@navy.mil Enclosure (1): Outline of some of the work anticipated to be completed under the expected SRA •A. General •a. Competition Area: Coast Wide - West Coast •b. Rough Estimate Man-Days (including scope for Temporary Services): • i. Maintenance Ship Yard ~ 70,000 • ii. Modernization Ship Yard ~ 75,000 •c. Ship Particulars: • i. Length: 684 ft (overall); 661 ft (waterline) • ii. Beam: 105 ft (extreme); 97 ft (waterline) • iii. Draft: 23 ft • iv. Displacement: 24,900 tons (full) • v. Mean Navigable Water depth draft: > 23ft • vi. Air Draft: 157.65ft • vii. Class and type: San Antonio-class amphibious transport dock •d. Facility Particulars: • i. Pier Length: > 684 ft • ii. Electrical: 4800 amps, 450 volts, 60 hz, 3 ph (UFC 4-150-02 table C-7) • iii. Potable Water: 9500 GPD (UFC 4-150-02 Table C-4) • iv. Sea Water: 1250 GPM (UFC 4-150-02 Table C-3), 150 PSI measured at the most remote outlet (UFC 4-150-02, Para 3-3.2.1) for firefighting water • v. Sewage: Ability to accommodate and dispose of 10,000 GPD of effluent and 10,000 GPD of waste water • vi. Mean Pier Water depth draft: >33 ft •B. The Availability's modernization scope will largely be the CANES HW upgrade and Naval Amphibious Baseline (NAB) Landing Force MOD. The awarded contractor must be able to include and incorporate AIT integration, 3rd Party Planner, Government personnel, Long Lead Time Material (LLTM) procurement, etc. in their Integrated Production Schedule (IPS). Key trades & efforts include: Structural welding, cabling pulling, piping, electrical and ventilation work if needed. Both the MSR and AIT will execute the structural/Industrial work. Further direction will be provided in the work specifications to define the work split. Additional modernization work is listed below: •a. SA 82232 K - LPD17 CLASS MRG FLAME ARRESTOR b. SA 82770 K - DIGITAL RUDDER ANGLE INDICATOR c. SA 83400 K - CIRCUIT 27TV AND SURVEILLANCE d. SA 86386 K - LPD-17 CLASS CARGO/WPNS ELEV H g. SA 70678 K - AN/SPS-48G(V) ROAR (L-CLASS) h. SA 75736 K - RAM GMLS MOD3 ETHERNET UPGRAD i. SA 78304 K - REMOVE TSSS SPS-48E STIMULATOR j. SA 79109 K - NAB - LANDING FORCE MOD k.SA 80032 K - AN/USG-2 UPGRADE TO AN/USG-2B l. SA 80156 K - AN/SLQ-32(V)6 HARDWARE m.SA 80897 K - NMT AN/WSC-9(V)XX Q/KA/ n. SA 81400 K - BFTT LPD HARDWARE BUILD 4.2 UP o. SA 81798 K - NAVMACS TECHNICAL REFRE p. SA 82249 K - LPD 17 CLASS UPS REDUCTION q. SA 82448 K - STERN GATE ROOM CORROSION (WTF r. SA 82534 K - FCU CHILLED WATER PIPING RECLA s. SA 82544 K - CWE #1/#2 DOOR AND RAMP ASSY M t. SA 82611 K - LPD17 CLASS C4I/COMBAT SYSTEMS u. SA 84960 K - LPD 17 CLASS V-LINES INCREASE v. SA 85076 K - HM&E NETWORK MESH IMPLEMENTATI w. SA 85307 K - INDOOR SIMULATED MARKSMANSHIP x. SA 86388 K - MODIFY TOPSIDE BULWARK ARRANGE y. SA 86554 K - LPD17 STERN GATE EMERGENCY RIG z. SA 86669 K - CIDS (23TV) UPGRADE TO V5.1 aa. SA 86908 K - LPD 17 CLASS CWE AND DUMBWAITE ab. SA 86998 K - SOLID STATE LIGHTING FOR AEMS ac. SA 87164 K - AVIATION MAINTENANCE BRIDGE CR ad. SA 87305 K - INSTALL BALANCING DAMPER IN ES ae. SA 87916 K - ICOP PARTIAL INFRAS SA af. SA 89491 K - CANES HW 1.2 ag. SA 90783 K - SSDS MK 2 INSTALL TO MOD C BAS ah. SA 91244 K - ATIP EBEM HARDWARE MOD ai. MA 84317 - CWE #1 PLATFORM WIRE ROPE GUAR aj. MA 87665 - LPD 17 CLASS HHD PNEUMATIC CON ak. OA 82073 - AN/WSN-7 RLGN FIRMWARE UPGRADE al. OA 87652 - SPS-48G(V)1 RDCF HARDWARE UPDATE •C. The Availability's maintenance requirements are expected to include the following types of work: Hull Structure •· Ballast Tank Assessments. •· Pre-Maintenance Surveys •· B&Ps •· Structural repairs (identified repairs, front loaded) •· Assessed / identified (UT readings) based repair and replacement of structural decks. •· Condition-based repair and replacement of watertight doors, hatches, and scuttles. Propulsion Plant •· MPDE repairs Electric Plant and Distribution Equipment •· Cableway inspection and condition-based repair. •· Assessed-based overhaul / repair Ship's Service Diesel engines. •· Electrical Power Distribution Bus Cleaning Command and Surveillance •· Communication Antenna HF/UHF/VHF refurbishment Auxiliary Systems •· Condition-based repair and replacement of insulation and lagging in machinery spaces. •· Repair ventilation fans as condition warrants and as identified by the maintenance team. Also, condition-based repair to ventilation ducting as identified by the maintenance team. •· Open and inspect A/C plant for inspection and repair, clean and inspect A/C condensers. •· Condition-based repair to FM piping as identified by the maintenance team. •· Condition-based repair to CHT piping, valve and pump replacement / repair. •· Sea Valve repair/replacement to include waster sleeve replacement. •· Fuel Oil Purifier Overhauls. •· Refrigeration plant / system / box overhaul and repairs. •· Auxiliary Salt Water Pump replacement. •· Entire ship ventilation and overboard blank flange removal (Reverse the lay-up procedure). Outfit and Furnishings •· Condition-based interior preservation. •· Condition-based exterior preservation. •· Condition-based repair and preservation of the stacks. •· Condition-based replacement of deck covering and exterior deck non-skid. •· Condition-based replacement of flight and hangar deck non-skid. •· Condition-based replacement of hull insulation. Armament •· Condition-based repair and preservation of RSLs. •· Condition-based repair of Ammo Elevator. •· Reinstallation of CIWS and RAM launchers. •· Assessment based repairs to MK-38 gun systems. •· Assessment based repairs to CIWS foundation / systems. •· Assessment based repairs to RAM foundation / systems. Ship Assembly and Support Services •· Services are directly related to availability, location, duration, and man-day determination. Man days can differ by region and whether the availability is performed in a public or private ship repair facility. Services are predominately driven by availability duration with the exception of cleaning and pumping (tanks and bilges), crane, rigging, and temporary refrigeration services which are more ship-specific. Key Maintenance Work Items (not all inclusive) •· Fuel Oil Storage Tank, repair and preserve •· Ballast Tank; repair and preserve •· Fuel Oil Service Tank; repair and preserve •· JP5 Fuel Oil Tank; repair and preserve •· Contaminated Oil Tank; repair and preserve •· Fuel Oil Contamination Tank; coating remove •· Waste Water Drain Tank; repair and preserve •· Anchor Chain Locker and Sump; repair and preserve •· Anchor hawse; repair •· Lube Oil Storage Tank; repair •· SSDG Engine; overhaul •· MPDE; overhaul •· Controllable Pitch Propeller (CPP) Oil Sump Tank Heater; inspect and clean •· Main Reduction Gear (MRG) Lube Oil Cooler; clean and inspect •· 20 ton crane; repair •· 60 ton crane; repair •· 15 ton bridge crane; repair •· Ventilation Duct Cleaning; accomplish •· Well Deck Drain Well repairs •· Helo Safety Net and Frame; repair •· Flight Deck Nonskid; replace
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-18-R-4411/listing.html)
 
Record
SN04836280-W 20180301/180227231402-96b24e494119ce2c29264ac3bf7c5a3d (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.