SOURCES SOUGHT
J -- Naval Foundry Production Process Machines and Manufacturing Support Equipment Preventative and Corrective Maintenance
- Notice Date
- 2/8/2022 12:21:54 PM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
- ZIP Code
- 19112-1403
- Solicitation Number
- NPFC-PM-CM
- Response Due
- 2/22/2022 2:00:00 PM
- Archive Date
- 04/15/2022
- Point of Contact
- William O'Tormey, Andrea Tomeo
- E-Mail Address
-
william.j.otormey.civ@us.navy.mil, andreafrances.m.tomeo.civ@us.navy.mil
(william.j.otormey.civ@us.navy.mil, andreafrances.m.tomeo.civ@us.navy.mil)
- Description
- The Naval Surface Warfare Center Philadelphia Division (NSWCPD) on behalf of the Naval Foundry and Propeller Center (NFPC) in Philadelphia, PA is seeking interested parties to manage a �whole equipment� preventive and corrective maintenance program for the NFPC. NSWCPD anticipates soliciting for onsite management of all NFPC�s efforts relating to keeping production process machines and manufacturing support equipment operating properly. The proposed Fiscal Year (FY) 2023 contract would be a five year, single award, Indefinite Delivery, Indefinite Quantity (IDIQ) contract. A draft Statement of Work (SOW) and a link to the NFPC Public Website are attached to this notice.� The Government welcomes any feedback on the proposed contract structure and/or the requirements outlined in the draft SOW.� Interested parties should respond and include a �white paper,� not to exceed twenty-five (25) pages that includes: Organization name, CAGE Code, and address Point of contact name, position/title and contact information Size and type of organization, including if applicable U.S. small business or other status(es) based on the identified NAICS Brief statement that indicates the organization�s interest in this proposed requirement. Level of interest in a site visit, should one be planned, and note any particular things that the organization would be interested in seeing in order to assist with future proposal development Feedback on the proposed contract type and draft SOW requirements Description of the organization�s capabilities in meeting the requirements of the attached draft SOW, and any challenges foreseen Demonstration of the organization�s ability to provide the needed subject matter expertise on the listed equipment, along with general expertise with similar manufacturing equipment � Staffing estimate of the management and technical resources envisioned for this effort, including space concerns and needs Address any barriers to satisfying the intent of the proposed contract or ability to properly purpose to a solicitation Recommendations for information that would be required to adequately understand the full scope of effort in order to properly submit an offer Of special note, the prime contractor for this effort would require the following: Obtain and maintain a CONFIDENTIAL security clearance throughout the performance of the contract May have access to classified information, but will NOT HANDLE OR STORE classified information Complete NIST SP 800-171 Assessment in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 252.204-7012, 252.204-7019 and 252.204-7020 At least one (1) fulltime, onsite employee who would be required to complete the necessary Information System (IS) security certifications to obtain and maintain access to the Navy�s IS
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b3f67e306def471bae1138b98b88c30c/view)
- Place of Performance
- Address: Philadelphia, PA 19112, USA
- Zip Code: 19112
- Country: USA
- Zip Code: 19112
- Record
- SN06236966-F 20220210/220209211722 (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 |