Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 14, 2020 SAM #6925
SOURCES SOUGHT

99 -- LPD 28, 29, and 30 Fitting Out Availability (FOA) and Post Award Shakedown (PSA)

Notice Date
11/12/2020 10:33:48 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
N0002421SN02
 
Response Due
11/26/2020 12:00:00 PM
 
Archive Date
12/11/2020
 
Point of Contact
Michael Simonelli, Zachary Tucker, Phone: 2027814234
 
E-Mail Address
michael.simonelli@navy.mil, zachary.m.tucker@navy.mil
(michael.simonelli@navy.mil, zachary.m.tucker@navy.mil)
 
Description
This is a sources sought announcement in accordance with FAR 10.001 and DFARS 210.001 and in anticipation of a potential future procurement. The Naval Sea System Command is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the Fitting Out Availability (FOA) and Post Shakedown Availability (PSA) for LPD 28 (FORT LAUDERDALE), with options for LPD 29 (RICHARD M. MCCOOL JR.), and LPD 30 (HARRISBURG). The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611 Ship Building and Repairing. The anticipated RFP release date for this requirement is on or around 01 January 2020 (subject to change). This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.� What/Where to Submit: If your organization has the potential capacity to perform the above described efforts, further detailed in Appendix 1, please provide the following information: 1. Name, CAGE, and DUNS code of the company that intends to submit the proposal 2. Indicate an interest in submitting a proposal; and 3. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical and industrial capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1. Provide efforts consistent in scope and scale with those described in this notice and otherwise anticipated 2. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3. Implement a successful project management plan that includes: compliance with expedited program schedules; cost containment; meeting and tracking performance; hiring and retention of personnel and risk mitigation. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. In accordance with FAR 52.219-14, should the prospective contract be competed as a small business set aside, the prospective offeror would be required to perform 50% of the cost of manufacturing, to include industrial work, planning, engineering, and program management.� If you are a small business, include a description of your plan to meet the requirements listed in Appendix 1 within the capability statement portion of your submission.� Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. When to Submit: Responses are requested no later than 1500 Local Time, Washington D.C. on 26 November 2020. Notice Regarding Sources Sought: Please note that this sources sought is for market research purposes and to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal, and shall not 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 1333 Isaac Hull Ave SE Washington Navy Yard, DC 20376 Point of Contact: Michael Simonelli, PMS 317 Post Delivery Manager, michael.simonelli@navy.mil Zachary Tucker, SEA 0224 Contract Specialist, zachary.m.tucker@navy.mil Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. Please choose one of the methods below to submit your response: 1.� For electronic file sizes over 5 MB upload and submit your response to the Safe Access File Exchange (SAFE) application (https://safe.apps.mil/).� Please follow the steps below: Proceed as a Guest user by clicking on ""I do not have a CAC or this machine is not configured to read my CAC and I would like to access SAFE as a Guest User"" Fill in all required fields Upload your sources sought response and grant file access to the following email address: michael.simonelli@navy.mil and zachary.m.tucker@navy.mil. Click the ""Submit"" button 2.� For electronic file sizes fewer than 5 MB send by email to michael.simonelli@navy.mil and zachary.m.tucker@navy.mil. Note: Preferred method of sending in responses for all electronic file sizes is by the SAFE application; however, responses will be accepted by email as described above.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9735925405b1420884da5b074371f3a5/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN05852107-F 20201114/201112230143 (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 |
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.