Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2019 FBO #6513
SOURCES SOUGHT

J -- USS WASP (LHD 1) FY21 Dry-Docking Selected Restricted Availability

Notice Date
9/23/2019
 
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
N00024-20-R-4404
 
Archive Date
10/23/2019
 
Point of Contact
Randolph E. Cook, Phone: 2027810093, Melissa Donnelly, Phone: 202-781-5449
 
E-Mail Address
randolph.cook@navy.mil, Melissa.Donnelly@navy.mil
(randolph.cook@navy.mil, Melissa.Donnelly@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement USS WASP (LHD 1) Dry-Docking Selected Restricted Availability (DSRA) Solicitation Number: N00024-20-R-4404 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 FY21 Chief of Naval Operations (CNO) Dry-Docking Selected Restricted Availability (DSRA) on the USS WASP (LHD 1), solicited to be awarded to a single contractor on a coast-wide basis on the East and Gulf Coasts. 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 and dry-docking maintenance, repair, and alterations anticipated to be 12/7/2020 - 04/08/2022 (subject to change). The anticipated RFP release date is on or around 27 January 2020. The Government has provided an outline of some of the work anticipated to be completed under the expected FY21 DSRA as an enclosure to this sources sought document (see Enclosure (1)). The anticipated contract type will be one (1) firm-fixed price contract for the USS WASP. What/Where to Submit: I. Companies that already possess a current NAVSEA certified Master Ship Repair Agreement (MSRA) and Agreement for Boat Repair (ABR) 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: Melissa Donnelly, SEA 02444. Please send your letter of interest and email it to the Contracting Officer Melissa Donnelly, melissa.donnelly@navy.mil, and the Contract Specialist, Randolph Cook, at randolph.cook@navy.mil with "USS WASP (LHD 1) FY21 DSRA Sources Sought Response" in the subject field and hand or digitally sign your letter of interest. The notice of interest should include the following information: 1. The Name, CAGE, and DUNS code of company that intends to submit the proposal, 2. Indicate an interest in submitting a proposal for solicitation N00024-20-R-4404 II. Companies that do not already possess a NAVSEA certified Master Ship Repair Agreement (MSRA) and Agreement for Boat Repair (ABR) 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: Melissa Donnelly, SEA 02444. Please send your letter of interest and email it to the Contracting Officer Melissa Donnelly, Melissa.donnelly@navy.mil, and the Contract Specialist, Randolph Cook, SEA 02444C at randolph.cook@navy.mil with "USS WASP (LHD 1) FY21 DSRA 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 five (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 dry dock and pier capable of berthing USS WASP (LHD 1)? 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. Does your company plan on obtaining a NAVSEA certified Master Ship Repair Agreement (MSRA)? b. Does your company plan on obtaining a NAVSEA Agreement for Boat Repair (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. 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 10/8/2020. 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: Melissa Donnelly, SEA 02444 Contracting Officer, melissa.donnelly@navy.mil Randolph Cook, SEA 02444C Contract Specialist, randolph.cook@navy.mil Enclosure (1): I. Outline of some of the work anticipated during the USS WASP DSRA A. General a. Competition Area: Coast Wide - East Coast b. Rough Estimate Man-Days (including scope for Temporary Services): i. Maintenance Ship Yard ~ 240,000 ii. Modernization Ship Yard ~ 60,000 c. Ship Particulars: i. Length: 844 ft. ii. Beam: 118 ft. iii. Draft: 27.4 ft. iv. Displacement: 42,335 tons v. Mean Navigable Water depth draft: > 30 ft. vi. Air Draft (Mast height above BL): 216 ft. 9.5 in. vii. Class and type: WASP class amphibious assault ship d. Facility Particulars: i. Pier Length: > 844 ft. ii. Electrical: 7200 amps, 450 volts, 60 hz, 3 ph (UFC 4-150-02 table C-7) iii. Compressed Air: 800 SCFM, 125 PSIG (UFC 4-150-02 Table C-2) iv. Potable Water: 32,000 GPD, 2.5 in. hose connection (UFC 4-150-02 Table C-4) v. Sea Water: 2500 GPM (NAVSEA Technical Publication S0570-AC-CCM-010/8010), 4 in. connection (UFC 4-150-02 Table C-3), 150 PSI measured at the most remote outlet (UFC 4-150-02, Para 3-3.2.1) vi. Sewage: 4 inch connections (UFC 4-150-02 Table C-6). Ability to accommodate and dispose of ~25,000 GPD. vii. Mean Pier Water depth draft: >35 ft. B. The Availability's modernization scope will include significant amount of work across multiple trades and spaces. The awarded contractor must be able to provide an integrated production schedule that incorporates AIT, 3rd Party contractors, and Government workload. As well as management of Long Lead Time Material (LLTM) Procurement, etc. Key trades & efforts include: Structural welding, cabling pulling, piping, electrical and ventilation work if needed. Both the Master Ship Repair (MSR) and AIT will execute the structural/Industrial work. Further direction will be provided in the work specifications to define the work split. C. The Availability's maintenance requirements are expected to include the following types of work: Hull Structure • Sea Valves/Ballast Valves/Waster Sleeves • Condition-based repair and replacement of watertight doors, hatches, and scuttles • Preserve Superstructure • Preserve underwater hull • Preserve freeboard Propulsion Plant • Boiler 5-year Strength and Integrity Inspection and associated repairs • Boiler 18-month Inspection and associated repairs • Replace Main Condenser tube and tube sheets Electric Plant and Distribution Equipment • Cableway inspection and condition-based repair • Circuit breaker repairs Command and Surveillance • CANES HW 1.2 Auxiliary Systems • Condition-based repair and replacement of insulation and lagging in machinery spaces • Overhaul A/C plant compressors • Condition-based repair to ASW/FM piping (in place) as identified by the maintenance team • Overhaul HPACs • Overhaul LPACs • Clean the CHT piping system. Also, condition-based repair to CHT pumps, piping, and valve repair • Remove/preserve Port/Starboard anchors/chain • Fire and Flushing Pump; overhaul • Fire Fighting Water Mist Pumps; overhaul • Aircraft Elevator Repairs • Vent Plenum repair and preservation • Port Boat Davit replacement 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 • Accomplish SOT Level III test on six of six Cargo Weapons Elevators 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. • Temporary Air Conditioning/Lodging • Hazardous waste control Key Maintenance Work Items (not all inclusive) • Ballast Tank repair, inspect, repair and preserve • Fuel Oil Service Tank; repair and preserve • Fuel Oil Compensating tanks; repair and preserve • CHT Tanks; repair and preserve • Potable Water Tanks; repair and preserve • Anchor/Chain preservation • Propulsion shafting inspect/repairs • Rudder inspect/repairs
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-20-R-4404/listing.html)
 
Place of Performance
Address: Gulf and East Coasts, United States
 
Record
SN05455034-W 20190925/190923230953-1be54d28d5d9ea486fc99c5ecd67ceea (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.