SOURCES SOUGHT
J -- US NAVY Submarine Preservation and Repair IDIQ MAC
- Notice Date
- 3/25/2022 11:41:04 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A22R0812
- Response Due
- 3/29/2022 3:00:00 PM
- Point of Contact
- Connor O. Theisen, Andrew M. Skelley
- E-Mail Address
-
connor.theisen@navy.mil, andrew.skelley@navy.mil
(connor.theisen@navy.mil, andrew.skelley@navy.mil)
- Description
- The Northwest Regional Maintenance Center (NWRMC), Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), Industry Management Department, Code 400 intends to issue solicitation N4523A22R0812 for the award of Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Contracts (MACs) for maintenance and repair work aboard the United States Navy�s Submarines during CNO Availabilities. The maintenance and repair type work that will be included within the scope of these IDIQ MACs will be preservation; non-SUBSAFE hull and structural repair; lead bin repair and fabrication; de-ballasting and re-ballasting; anodes removal and install, tile removal and install, and safety track repair requirements. The contractor shall furnish the necessary management, material support services, labor, supplies, and equipment deemed necessary to perform this contract. The IDIQ MACs will be competitively awarded to at least two awardees. During execution, the Government will solicit individual delivery orders amongst the IDIQ MAC holders based on actual work packages. The Government expects to compete delivery orders amongst the IDIQ MAC holders on a Fixed Price basis to the maximum extent possible. However, sole source orders may be issued as necessary if requirements� urgent and compelling justification precludes competitive action. The results of this sources sought will be utilized to determine whether any Small Business set-aside opportunities exist. All Small Business set-aside categories will be considered. In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2020-O0008), Small Business concerns are reminded that in the performance of contracts awarded under small business set-aside procedures, the concern will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. REQUIREMENT: PSNS&IMF intends to release solicitation N4523A22R0812 for preservation and repair of United States Naval Submarines that may result in multiple contracts on both the east and west coast. Each contract will include a five year ordering period. The ship repair IDIQ MACs will be procured as supply contracts with incidental service elements. The supply being procured is the repaired, mission-ready vessel, which is returned to service within the Fleet. An offeror may propose on one or more types of work included. It is anticipated that there will be two types of work packages to be included, as listed below: Solely Preservation work aboard United States Naval Submarines: SSN, SSGN, and SSBN Class Vessels Homeported or visiting PSNS&IMF Preservation and Non-SUBSAFE Structural Repair work aboard United States Naval Submarines: SSN, SSGN, and SSBN Class Vessels Homeported or visiting PSNS&IMF Preservation work performed throughout the life of this IDIQ will include blasting, preservation, and surface preparation for the forward main ballast tanks (MBTs), bow structure, external and interior sail, exterior free floods and recesses, and other spaces/surfaces a using NAVSEA Standard Items, SUBMEPP standards, and PSNS & IMF quality assurance and environmental safety and health (QA/ESH) requirements. Hull and structural work to be performed throughout the life of this IDIQ will be derived from PSNS&IMF URO MRC 003 inspections and may include base metal build-up and structural member removal and replacement in spaces/surfaces using NAVSEA Standard Items, SUBMEPP standards, T9074-AD-GIB-010/1688 Requirements for Fabrication, Welding, and Inspection of Submarine Structure and PSNS & IMF quality assurance and environmental safety and health (QA/ESH) requirements. The contractor shall maintain written weld procedures that comply with the requirements of S9074-AQ-GIB-010/248. Lead bin work to be performed throughout the life of this IDIQ will include free flood lead bin repair and installation, lead bin conversion, lead de-ballasting and re-ballasting in spaces/surfaces as specified by the SOW, using NAVSEA Standard Items, SUBMEPP standards, and PSNS & IMF quality assurance and environmental safety and health (QA/ESH) requirements. Anode work to be performed throughout the life of this IDIQ will include anode removal, inspection and installation in spaces/surfaces as specified using NAVSEA Standard Items, SUBMEPP standards, and PSNS & IMF quality assurance and environmental safety and health (QA/ESH) requirements. Tile work to be performed will include tile inspection, removal and installation, in spaces/surfaces as specified by the SOW, using NAVSEA Standard Items, SUBMEPP standards, MIL-STD and PSNS & IMF quality assurance and environmental safety and health (QA/ESH) requirements. Additional work may include the installation and maintenance of containments and staging. Navy Maintenance Database (NMD). Contractor shall obtain access to NMD to provide electronic communication of work requirements associated to this contract. Access to NMD shall be coordinated through the Contracting Officer�s Representative upon contract award. The anticipated solicitation will be for a Firm-Fixed Price IDIQ MAC that will be utilized to issue Firm-Fixed Price delivery orders. The anticipated timeline for major acquisition timeline is as follows: Estimated Issuance of Solicitation:���������� 02 May 2022 Estimated Solicitation Due Date:������������� 01 June 2022 Estimated IDIQ MAC Ordering Period:��� 06 December 2022 through 22 December 2027 Inherent in performing this contract, the contractor shall provide the personnel, supervision, management, and financial capabilities necessary for the efficient and effective administration and control of work requirements. The Contractor shall ensure adequate resources are dedicated to comply with the standards, guidelines and procedures as stated to satisfy the requirements of the contract. The contractor is required to provide all of their own equipment and supplies necessary for the performance of this contract. The Contractor shall have an acceptable Quality Management System, in accordance with NAVSEA Standard Item 009-04, or equivalent, in place at time of contract award and shall maintain an acceptable Quality Management System (as defined in Standard Item 009-04) for the life of the contract. The company shall be responsible for employing technically qualified personnel that are trained and/or knowledgeable in all aspects necessary for the qualification nondestructive test (NDT) procedures, NDT personnel, NDT equipment, workmanship inspection procedures, and workmanship inspection personnel for submarine pipe and structure repairs. The contractor shall maintain nondestructive test (NDT) procedures that meet the requirements of T9074-ASGIB-010/271. QUESTIONS Please email questions concerning the potential IDIQ MAC solicitation to contracting personnel working the requirement: Cynthia Tice������������������������� cynthia.tice@navy.mil Loren Frei ���������������������������� loren.frei@navy.mil Andrew Skelley ������������������ andrew.skelley@navy.mil Connor Theisen ����� ����������� connor.theisen@navy.mil The contemplated solicitation will be issued electronically via the System for Award Management website, beta.SAM.gov, and interested parties must comply with the terms of the announcement. Interested offerors should monitor the SAM page for the release of the solicitation, and any applicable amendments. Offerors must be registered in SAM in order to pariticipate in this procurement at https://www.sam.gov/portal/public/SAM/. SAM is the single point of entry for posting of the synopsis and solicitations to the internet. SUBMISSION DETAILS: Interested companies should submit, on company letterhead, a notice of interest, including: names, telephone numbers, mailing address, and email addresses of any points of contact and address the following questions/topics in the notice: Does your company plan to submit a proposal in response to High Preservation Type Work Specification Packages, High Non-SUBSAFE Structural Repair Type Work Specification Packages, or both? Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (Small Businesses 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 (or have the ability to obtain) the necessary organization, experience, accounting and operational controls, and technical skills (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 series to be performed by the prospective contractor and subcontractors)? Provide an outline and description of resources available to accomplish the designated type of work: Describe any teaming agreements, resource sharing agreements or other methods that your company may employ that would augment these resources in the case of surge or other increased requirements. Quantify limits of the resources described in terms of the maximum number of concurrent actions that your company could complete. Describe typical demands for these resources outside the requirements described herein (such as demands from other Government agencies, demands from competing commercial work) that your company would expect to continue into the future which would limit your capacity under the contemplated IDIQ MAC. Submittals must clearly distinguish in-house resources from subcontracted resources and include the areas noted herein. Describe the minimum number of actions and man-day workload across a year necessary to sustain the economic viability of your company�s pursuit and competition of Navy work. Facilities Capability and Capacity � Does your company have the necessary production and technical equipment and facilities, or the ability to obtain them? Please describe the certification status of the production and technical equipment and facilities. Please also describe your company�s ability to store and manage long lead time materials (LLTM) and Government furnished material (GFM), and whether your company could manage material requirements for several comprehensive/technically challenging maintenance and repair activities simultaneously. Management Capability and Capacity � What is your company�s experience/strategy/capability in scheduling/managing/executing preservation and repair activities? Describe whether your company has the experience/strategy/capability to schedule/manage/execute several comprehensive/technically challenging maintenance and repair activities simultaneously. Personnel Capability and Capacity Describe your company�s mix and number of trained/qualified trade skill, and project management personnel (including areas such as subcontractor management, work scheduling and integration, test integration, material management, work scheduling and integration, test integration, material management and control, quality assurance, etc.) to complete both individual and collections of ship repair Availabilities. Explain your firm�s process for obtaining and maintaining the necessary clearances and base access (e.g. RAPID GATE), knowledge of and access to the necessary computer systems (e.g. NMD, PKI Certs, drawings, material systems, etc.) and knowledge of NAVSEA Standard Items and associated NAVSEA Technical Standards and specifications in time to fully support execution of several comprehensive/technically challenging maintenance and repair activities simultaneously, while concurrently proposing on others? Describe your company�s ability to obtain and sustain these capabilities and the associated qualified production staff to propose and complete the Navy�s requirements during periods of volatile workloads and extended periods of low workload across the IDIQ MAC�s ordering period. �Corporate Experience: Provide relevant information about your corporate experience, including a narrative description of the experience and identification of contracts performed in the last three years. Describe your company�s experience performing Availabilities in both the complexity and volume contemplated herein. As part of your narrative, please describe your company�s utilization of any teaming agreements, resource sharing agreements or other methods that your company has employed to augment resources constraints. Describe your typical workload (in terms of the number, type and size of concurrent actions). Please also describe your experience (and relative success) completing high or surge workload volumes (in terms of the number, type and size of concurrent actions). Describe your firm�s ability to fund/maintain the necessary trained/qualified trade skill, project management and scheduling support staff to support more than one availability while concurrently proposing on others during period of volatile workload and extended periods of low workload during the IDIQ MAC�s ordering period. Relevant Examples � The information provided for each named contract shall include: type of project, dollar value, location, and point of contact (including name, title, phone number, and email address). If the work was accomplished as a prime contractor, please indicate the percentage of work, if any, which was subcontracted. If the work was performed as a subcontractor, indicate the percentage and dollar value of the work performed. If the interested party has no relevant experience on U.S. Naval Submarines, projects on other Government vessels and private industry projects may be submitted. If the experience information submitted is for effort other than that provided in support of U.S. Naval Submarines, explain how that experience will enable the firm to successfully meet the requirements of the contemplated contract(s). If an interested party is contemplating being part of a joint venture, state names of the joint venture members and their business size and describe the intended roles and responsibilities of each member as it relates to the work described herein. State the firm�s current clearance level, if any, for facilities and personnel. Please provide specific evidence of financial responsibility. Describe any constraints or limits to your company�s financial responsibility that may limit the amount or type of Availabilities that your company can complete, concurrently or cumulatively. Provide any feedback/comments you may have regarding this contract vehicle. How do we maximize competition while minimizing the likelihood of one bid or no bid scenarios for CNO Availabilities? What concerns does your company have on your ability and willingness to fund/maintain staffing, RAPID Gate, Computer systems access, GFM storage, and current Navy Standard Item requirements to support both workload peaks as well as volatile, and, at times, low workload slumps through the ordering period. The Government is not requesting interested parties to provide brochures and/or generalized sales-pitch language. Capability and capacity information shall be specific (quantified as appropriate) and not theoretical in nature to the greatest extent practicable. For instance, a notification of intent to partner with numerous firms to acquire appropriate resources should be support with formal agreements and/or letters of intent, as well as a provision of projects where the parties have successfully teamed together in the past. 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. PSNS&IMF may request further information regarding the capabilities of respondents to meet the requirement 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 sough announcement is to gather information from industry. 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. Where to Submit: Electronically via email to: Andrew Skelley������������������� andrew.skelley@navy.mil Connor Theisen������ ����������� connor.theisen@navy.mil� An email acknowledging receipt will be sent to each individual submission. The electronic submission should be digitally signed and the email transmittal should have the title �Submarine Preservation and Repair IDIQ MAC Sources Sought Response� in the subject line. Please limit responses to no more than ten pages. When to Submit: Sources Sought Responses are requested by 1500 Pacific Time, 25 March 2022. Notice Regarding Sources Sought: Please note that this sources sought is for informational purposes and to identify potential sources. This notice does not constitute a Request for Proposal, and is not to be construed as a commitment by the Government of any kind. 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. Further information, if any, will be posted on beta.SAM.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f4d6e93d2c374765b85fbf960c2cfb76/view)
- Place of Performance
- Address: Bremerton, WA 98337, USA
- Zip Code: 98337
- Country: USA
- Zip Code: 98337
- Record
- SN06280067-F 20220327/220326171931 (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 |