SOURCES SOUGHT
J -- USS ANZIO (CG68) FY22 MODPRD
- Notice Date
- 11/10/2020 7:36:54 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-21-R-4477
- Response Due
- 11/26/2020 1:00:00 PM
- Archive Date
- 12/11/2020
- Point of Contact
- Shalonda Crumity, Phone: 2027810944, Daniel Magrino, Phone: 2027813544
- E-Mail Address
-
shalonda.crumity@navy.mil, daniel.magrino@navy.mil
(shalonda.crumity@navy.mil, daniel.magrino@navy.mil)
- Description
- Sources Sought Announcement USS ANZIO (CG 68) FY22 MODPRD Solicitation Number: N00024-21-R-4477 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 FY22 MODPRD Chief of Naval Operations (CNO) availability on the USS ANZIO (CG 68) on a Coast-wide East Coast solicitation.� 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 02/21/2022 � 02/16/2024 (subject to change). The anticipated RFP release date is on or around 04/28/2021 (subject to change). The Government has provided an outline of some of the work anticipated to be completed under the expected FY22 MODPRD as an enclosure to this sources sought document (see Enclosure (1)).� The anticipated contract type will be firm-fixed price. What/Where to Submit: 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: Daniel Magrino, SEA 0244. �Please send your letter of interest and email it to the Contracting Officer Daniel Magrino, daniel.magrino@navy.mil, and the Contract Specialist, Shalonda Crumity, SEA 0244 at shalonda.crumity@navy.mil with �USS ANZIO (CG 68) FY22 MODPRD 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: The Name, CAGE, and DUNS code of company that intends to submit the proposal, Indicate an interest in submitting a proposal for solicitation N00024-21-R-4477 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: Daniel Magrino, SEA 0244.� Please send your letter of interest and email it to the Contracting Officer Daniel Magrino, daniel.magrino@navy.mil, and the Contract Specialist, Shalonda Crumity, SEA 0244 at shalonda.crumity@navy.mil with �USS ANZIO (CG 68) FY22 MODPRD 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. 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)? How many employees does your company have? Does your company have a website? �If so, what is your company�s website address? Does your company have access to a pier capable of berthing USS ANZIO (CG 68)? 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. 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: Does your company plan on obtaining a NAVSEA certified Master Ship Repair Agreement (MSRA)? Does your company plan on obtaining a NAVSEA Agreement for Boat Repair (ABR)? � 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 4PM Local Time, Washington D.C. on November 26, 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 beta.SAM.gov. � Contracting Officer Address: NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Ave SE, Washington Navy Yard, DC 20376 � Point of Contact: Daniel Magrino, SEA 0244 Contracting Officer, daniel.magrino@navy.mil Shalonda Crumity, SEA 0244 Contract Specialist, shalonda.crumity@navy.mil Enclosure (1): Outline of some of the work anticipated to be completed under the expected USS ANZIO (CG 68) FY22 MODPRD � General � Competition Area: Coast Wide � East Coast � Rough Estimate Man-Days:� Maintenance ~ 103,000 � Ship Particulars: Length: 567 ft. Beam: 55 ft. Draft: 34 ft. Displacement: 9800 tons full load� Mean Navigable Water depth draft: 35 ft. Air Draft: 140 ft. � Facility Particulars: Electrical: 4800 amps, 450 volts, 60 hz, 3 ph (UFC 4-150-02 table C-7) Potable Water: 20K GPD (UFC 4-150-02 Table C-4) Sea Water: 1500 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) Sewage:� Ability to accommodate and dispose of 10,000 GPD of effluent and 10,000 GPD of waste water Mean Pier Water depth draft: 35 ft. Dry Dock to support CG 47 Class Ship � � The Availability�s modernization scope will include a significant amount of work across multiple trades and spaces.� Major modernization includes: Integrated Ship Controls, Aft Intake Structural Mods, Aegis Weapon System Baseline 9, Gun Weapon System ACB12, MK41 Vertical Launch System, AN/SQQ-89 A(V)15 Sonar, CANES, Phalanx Block 1B Mod, AN/SPQ-9B Surface Search Radar, Fuel Oil Tank Structural Mods, Superstructure Fatigue and Sensitization Mods, MH-60 Aviation Support Mods, as well as other alterations throughout the ship.� The successful contractor must be able to provide an integrated production schedule that incorporates AIT, 3rd Party contractors, and Government workload.� Key trades & efforts include: structural welding, cabling pulling, piping, electrical, and ventilation work if needed. Both the prime contractor and AIT contractors will execute the structural/industrial work.� Further direction will be provided in the work specification package to define the work split. � The Availability�s maintenance requirements are expected to include the following types of work: � Hull Structure Tank Fuel Tank Assessments. Large Tank Top Repair and replacement expected after surface prep in support of bilge preservation. Large 5XXX Repair and replacement of superstructure cracks, 04 and 06 level deck plating Fabrication, procurement and replacement of watertight doors, hatches, and scuttles. Thin Hull Assessment, Preservation and repairs of U/W Hull, Freeboard, FWD/AFT Stacks, Mast and Superstructure Anode replacement Propulsion Plant Open, Inspect and Repair of all GTM and GTG Intake and Uptakes. Repair and preservation of the propulsion combustion air intakes. GTM uptake module assessment and stiffener repair.� Repair and preservation of the propulsion intake and exhaust air uptakes. Docking Reset with replacement of STBD Shaft Sleeve. To include; OD Box, MX-9 Seal, Hub replacement, Waterborne Shafting, Control Rod/Prairie Air Tube and Blade Repairs Bearing Land Shim Straps for Stern Tube and Struts GTM/GTG Louver preservation. Main engine power turbine brakes. MER 1 & 2 and AUX bilge preservations Shaft Alley Stiffener repairs Steering Gear Room Stiffener repairs. � Electric Plant and Distribution Equipment Dossert inspection and replace. 400 HZ Converter Tank Top Deck Plating Replace. IC GYRO Stiffener Repairs. Battery Shop Insulation and preservations. Impressed Current Catholic Protection. � Command and Surveillance Sonar transducer and stave cable inspection and replacement. SDRW; inspect and repair Communication Antenna HF/UHF/VHF refurbishment � Auxiliary Systems Repair and replacement of insulation and lagging in machinery spaces. Repair ventilation fans and resilient mounts throughout Repair to ventilation ducting as identified by the maintenance team. Ship-wide ventilation cleaning. Clean A/C plant, SPY and Sonar Cooling Skid, LO coolers and condensers. Repair to FM piping as identified by the maintenance team. Repair to CHT piping and tank preservations BWL Sea Valve repair/replacement to include waster sleeve replacement Cleaning of FM and ASW piping JP-5 Fueling Stations repairs and preservations. � Outfit and Furnishings Interior preservation and exterior preservation. Repair and preservation of the stacks. Replacement of deck covering and exterior deck non-skid. Replacement of flight and hangar deck non-skid. Repair and replacement of RAST track plates and 10-15 5XXX flight deck tie down assemblies. � Armament Repair and preservation of RSLs. Repair of Ammo Elevator AMMO Pallet staging area repairs MK-41 VLS Launcher; lagging, resurface and hatch repairs SRBOC launcher refurbishments Replacement of 04 level Nulka Deck (5XXX) Deck was replaced in SSRA1, foundations require milling/drilling for launchers. Replacement of gravity cooling coils � 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.� Other supports for CWB include; Towing, off ship Crew berthing and Messing facility, De-fueling and Fueling, Ships force security, ship force offices, small boat storage and repair facility. Integrated ship board network system. � Key Maintenance Work Items (not all inclusive) Chain locker preservation Anchor Chain assessment and preservation. Davit Repairs to include, decking plating and hose repairs. Compensated Fuel Oil 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 Gravity Tank; coating remove Waste Tank; repair and preserve Anchor Chain Locker and Sump; repair and preserve Anchor hawse; repair Lube Oil Storage Tank; repair Bolted Equipment Removal Plate (BERP) Repair Controllable Pitch Propeller (CPP) Oil Sump Tank Heater; inspect and clean Gas Turbine (GTRB) Exhaust Duct Collector; repair Main Reduction Gear (MRG) Lube Oil Cooler; clean and inspect Ventilation Duct Cleaning; accomplish Bilge Drain Well repairs Helo safety nets and frames; inspect and weight test Nomex Deck Panel; replace Flight Deck Nonskid; replace Fwd and aft mast; preserve Large 5XXX Superstructure cracks; repair Helo hangar door assembly; replace Aft steering HPU�s; overhaul NR 1 & 2 HPAC; overhaul NR 1 & 2 LPAC; overhaul MER 1 & 2 bilge; preserve Drain wells will be repaired and preserved. Extensive structural repairs in the bilges. AUX 1 & 2 bilge; preserve Drain wells will be repaired and preserved. Extensive structural repairs in the bilges. Forward and aft pump room; preserve P&S sliding Pad eye; repair P&S boat davits; overhaul HENL/BENL 33 Crew Berthing�s/Heads P&S rudder, stock, upper and lower bearing inspection and repairs �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6fd969b8719c475daba698e767b4dd21/view)
- Record
- SN05850832-F 20201112/201110230148 (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 |