SOURCES SOUGHT
J -- Fiber Optic Repair and Modernization - Q&A
- Notice Date
- 3/5/2018
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
- ZIP Code
- 22448-5100
- Solicitation Number
- N0017818Q3001
- Archive Date
- 3/31/2018
- Point of Contact
- Michael H Johnson, Phone: 5406531756
- E-Mail Address
-
michael.h.johnson1@navy.mil
(michael.h.johnson1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Questions and Anwsers This synopsis is being posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet. Scope - As the Navy Shipboard Fiber Optics In-Service Engineering Agent (ISEA), the NSWCDD Fiber Optics Section requires a fiber optic modernization and repair contract to address scheduled fiber optic shipboard modernization installations during availabilities and repair of deficiencies found onboard ships or submarines. The contract is needed to fulfill traditional ISEA roles/responsibilities while allowing other organizations working with the ISEA to deliver modernization/repair capabilities to the fleet outside of ISEA assessments. The contract will support the needs of the following ship classes: CG 47, CVN 68, CVN 78, LPD 17, LSD 41/49, LCS, DDG 51, DDG 1000, SSNs, SSBNs, and future ships/classes. Fiber optic repair and modernization work will be planned to meet ship's availability schedule and sometimes on an ad hoc basis. The Government intends on awarding a multiple award Indefinite Delivery/Indefinite Quantity (ID/IQ) where each delivery order will be competed. Approximately five (5) man years of technical support are anticipated for the base period of the task order including support at multiple locations in accordance with the Statement of Work (SOW). There are four additional option periods. The entire five-year period of performance is approximately 25 man years. There are additional surge options that may be exercised for each period. Set-Aside - A set-aside determination has NOT been made for this requirement. Incumbent - This is a new requirement. Mandatory Requirements - The mandatory requirements for this task order include: (1) Requirement 1: The Contractor shall ensure that personnel working on modernization installation and repair teams meet personnel proficiency requirements as defined in Requirement 1306 of MIL-STD-1678-1D and MIL-STD-2042. This requirement would include all Fiber Optic Quality Assurance/Supervisor and Fiber Optic Installer personnel. Organizational Conflict of Interest (OCI) - An OCI as defined by FAR 9.505 will be included in the resultant solicitation and each delivery order. Performance Work Statement - A DRAFT SOW is attached to this sources sought. Labor Categories - Prospective labor categories for this effort include: Fiber Optic Installer, Fiber Optic Supervisor/QA, and Project Manager. Equipment - No GFE is planned for this contract. Request for Capabilities Statement - This sources sought is being issued for the purpose of identifying those small and large businesses with the appropriate expertise that might be interested in responding to a formal solicitation. Interested small and large businesses are invited to submit capability statements, not to exceed a total of 10 pages in length with font size 8 or greater describing their ability to fulfill this requirement. Capability statements must include the following: (1) A brief description of the offeror's capabilities relating to the attached Draft SOW. (2) The qualifications, capabilities, and experience of the Contractor's personnel that would be available to support the effort, including the personnel's security clearance level, if any. (3) A statement regarding the ability to meet the mandatory requirement. (4) Relevant Corporate experience - Specific past performance on the same or similar work performed by the Offeror, including a description of the services provided, period of performance, contract number, dollar value of the effort, and email or phone number for a point of contact. (5) A statement as to the existence of a corporate DCAA-approved accounting system for cost-type contracts or evidence of the ability to obtain DCAA approval by the task order award date (TBD), facility location, and cage code. (6) List prospective Sub-contractors and provide a statement and metrics that contain sufficient information concerning the ability to meet the government limitations of FAR 52.219-14, Limitations on Subcontracting. Note: The requested information is for planning purposes and does not constitute a commitment, implied, or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to the sources sought marked or designated as corporate proprietary information will be fully protected and held in strict confidence. No telephone responses will be accepted. No Contractor responses received after the advertised due date and time will be accepted. No exceptions to this receipt deadline shall be granted under any circumstances. Responses must be received no later than 12:00 pm EST on 16 March 2018 by email to michael.h.johnson1@navy.mil and dana.phillips@navy.mil. Responses should reference Sources Sought - Fiber Optic Repair and Modernization Services. Any questions regarding this sources sought should be addressed to michael.h.johnson1@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017818Q3001/listing.html)
- Record
- SN04843071-W 20180307/180305231449-893a38dcea53240ac9e29f91dc96db03 (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 |