SOURCES SOUGHT
J -- CARRIAGE, STREAM, TOW AND RECOVERY SYSTEM (CSTRS) DEPOT MAINTENANCE SUPPORT
- Notice Date
- 2/18/2020 9:15:45 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407 USA
- ZIP Code
- 32407
- Solicitation Number
- N61331-20-SN-Q04
- Response Due
- 3/5/2020 2:00:00 PM
- Archive Date
- 03/20/2020
- Point of Contact
- Kristin Little
- E-Mail Address
-
kristin.k.little@navy.mil
(kristin.k.little@navy.mil)
- Description
- Reference N61331-20-SN-Q04 �THIS IS NOT A REQUEST FOR PROPOSALS �The Naval Surface Warfare Center - Panama City Division (NSWC PCD) is soliciting capability statements from potential sources to provide depot maintenance support services for the Carriage Stream, Tow and Recovery System (CSTRS). This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, resources and experience to meet the requirements for providing depot maintenance services. These services will return the CSTRS system back to service with an increase in usability, availability, and reliability. The level of security clearance and amount of foreign participation in this requirement has not been determined. Contractors/Institutions responding to this market research are placed on notice that participation in this survey does not ensure participation in future solicitations or contract awards. The United States (US) Government will not reimburse participants for any expense associated with their participation in this survey. Background The CSTRS provides the multi-mission MH-60S helicopter with the widest, largest minesweeping capability by making Organic Airborne Mine Countermeasures Systems (OAMCM) deployable from the fleet in dangerous waters. � Requirements Description � The contractor shall perform the disassembly, overhaul, rework, re-assembly, modification, component evaluation, and testing to certify for reuse.� Contractor services shall also consist of tool and parts control, hazardous material control, shop cleanliness, quality assurance, and safety.� CSTRS components will be inspected, repaired and calibrated and/or overhauled in accordance with applicable technical manuals and directives.� CSTRS components provide for the receipt, inspection, disassembly, repair or modification, assembly, testing, and preservation of these items to a serviceable condition.� The contractor will be required to provide personnel with significant and substantiated knowledge and experience in the areas of Depot Support, Mechanical Technician, Electronic Technician, Engineering Services, Technical Drawing, Logistics, Mechanical Maintenance, Electro-optics, Fiber Optic Repair, Tool Control, and the NAVY in general.�� In addition, some employees will need to be adept with forklift operation, shop equipment operation, organization of equipment, and general shop maintenance and cleanliness.� Contractor support is required to provide Depot support and all aspects of supporting a Navy based Depot facility. Access to US Military bases is required.� This work will be conducted at the CSTRS Depot Repair Facility, Naval Support Activity (NSA), Panama City, Florida.� Support will also be provided at the Contractor�s facility, and at military bases. All interested sources are invited to provide a capabilities statement.�� Responses must include the following: (1) Describe capability of performance as related to the requirements description; (2) Provide name and address of firm; (3) Indicate size of business including average annual revenue for past three years, number of employees, and status: Large, Small, Small Disadvantaged, 8 (a), Women-Owned, HUB-Zone, Veteran- Owned and/or Service-Disabled-Veteran-Owned Business; (4) Represent ownership including Country of Ownership, System for Award Management (SAM) information, and DUNS Number if available; (5) Include number of years in business; and (6) Provide two points of contact including: name, title, phone, fax, and e-mail address.� (7) If partnering with another company, describe capability of performance of partner company or business attributes desired to ensure the partner company is capable of performance.� There is no specific format or outline submittals that one must follow.� Summaries should be no longer than 15 pages in length.� All capability statements should be emailed to Ms. Kristin Little at Kristin.k.little@navy.mil by 4:00 PM CST, 5 MARCH 2020. Information provided will be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. Your assistance in supporting this effort will enable the USN to define well-informed requirements and will greatly improve the efficiency of future acquisition and developmental efforts. THIS SOURCES SOUGHT ANNOUNCEMENT IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.� NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT, OR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. THIS ANNOUNCEMENT CLOSES ON 5 MARCH 2020 AT 4:00 PM CST.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/faf4bc502dd94076bacdf165006547c7/view)
- Place of Performance
- Address: Panama City Beach, FL 32407, USA
- Zip Code: 32407
- Country: USA
- Zip Code: 32407
- Record
- SN05564661-F 20200220/200218230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |