SOURCES SOUGHT
19 -- Amphibious Ships Planning BOA
- Notice Date
- 4/11/2018
- 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-4454
- Archive Date
- 5/10/2018
- Point of Contact
- Bran M Sherman, Phone: 2027812894, Jamillah Powell, Phone: 2027812040
- E-Mail Address
-
bran.sherman@navy.mil, jamillah.powell@navy.mil
(bran.sherman@navy.mil, jamillah.powell@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS SOURCES SOUGHT NOTICE IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT FROM RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION WILL BE PROVIDED FOR RESPONSE PREPARATION. The Naval Sea Systems Command (NAVSEA), Washington DC, is issuing this Sources Sought Notice as a means of conducting market research to identify parties having both the interest and the resources to provide modernization integration support for Landing Helicopter Dock (LHD), Landing Helicopter Assault (LHA), Landing Platform Dock (LPD) and Landing Ship Dock (LSD), Amphibious Class Ships. 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. Further notice of interest details are provided below. Please hand or digitally sign your letter of interest and e-mail it to LCDR Bran Sherman, at bran.sherman@navy.mil and Jamillah Powell, at Jamillah.powell@navy.mil with "Amphibious Ships Planning BOA Sources Sought Response" in the subject field. The results of this Sources Sought Notice will contribute to the identification of potential bidders for the potential Fiscal Year 2019 (FY19) to FY22 Amphibious Ships (LHD/LHA/LPD-17/LSD) Planning Support procurement. ACQUISITION STRATEGY The Government is contemplating procuring this effort under one (1) Basic Ordering Agreement (BOA) utilizing a combination of Fixed-Price (FP) and Cost-Plus Fixed Fee (CPFF) individual orders for a period of up to three (3) years. The Orders issued under the BOA will consist of 12 month periods of performance. DETAILS The type of work to be accomplished includes advance planning, modernization installation duration analysis, engineering, on-site engineering liaison, design, craft assistance, scheduling, participation in planning conferences, design reviews, ordering and processing of required material in support of availabilities, and material kitting. This planning work is in support of industrial availabilities including, but not limited to, Selected Restricted Availabilities (SRA); Phased Maintenance Availabilities (PMA); Dry Docking Availabilities, Continuous Maintenance Availabilities (CMAV) and emergent work for Amphibious Class Ships. Prospective Contractors will be required to perform reach-back and coordinate with the construction yard that maintains the detailed knowledge of the ships' delivered configuration, unique design attributes, and operating characteristics that is needed in order to provide the programmatic, planning, material, and craft support supplies. CAPABILITIES STATEMENT All interested business entities shall provide submissions that contain unclassified information only and include the following: 1. Company Information a. Organizational Name, Mailing Address and Website Address b. Point of Contact i. Name ii. Position/Title iii. Email Address iv. Telephone Number 2. Considering that this requirement is currently being fulfilled via a BOA, include any questions or concerns regarding the use of a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract vehicle as opposed to a BOA. 3. Capability Statement of the expected ability to meet the scope of work as described above (programmatic, planning, material, and craft support supplies) for Amphibious Class Ships. 4. Past experience performing modernization integration support described above. Describe past experience and familiarity with Government contract requirements and processes. The deadline to submit responses is 1400 (EST) on 25 April 2018. Informational responses shall be provided in Microsoft Word or Adobe Acrobat (10 page limit) and shall be sent electronically to the two (2) Points of Contact listed below. Telephonic responses are not acceptable. An email acknowledging receipt of submission will be sent within one business day to each individual submission. POINTS OF CONTACT 1. LCDR Bran Sherman, Contracting Officer, bran.sherman@navy.mil 2. Jamillah Powell, Procuring Contracting Officer, jamillah.powell@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-18-R-4454/listing.html)
- Place of Performance
- Address: NAVAL SEA SYSTEMS COMMAND, 1333 Isaac Hull Ave SE, Washington DC, District of Columbia, 20376, United States
- Zip Code: 20376
- Zip Code: 20376
- Record
- SN04886064-W 20180413/180411230937-6a56bc51f8afd394d066fe6e66005d84 (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 |