SOURCES SOUGHT
R -- Sources Sought Notice for N64498-24-R-4069 Provide Engineering & Technical Support for the Naval Surface Warfare Center Philadelphia Division (NSWCPD) Code 434 Habitability Program
- Notice Date
- 8/20/2024 12:16:11 PM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
- ZIP Code
- 19112-1403
- Solicitation Number
- N64498-24-R-4069
- Response Due
- 9/4/2024 12:00:00 AM
- Archive Date
- 09/19/2024
- Point of Contact
- Ashley E Gayle, Phone: 2158977604
- E-Mail Address
-
ashley.e.gayle.civ@us.navy.mil
(ashley.e.gayle.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking sources to provide engineering and technical services for the design, installation, modernization, and repair of Habitability Systems, Spaces, Facilities, Fixtures, and Equipment. Performance will be accomplished on all types of military vessels and small crafts, located at various ports and facilities (including: operating, testing, training and maintenance sites) worldwide. The contractor shall provide services and incidental materials for the design, installation, modernization, and repair of Habitability Systems, Spaces, Facilities, Fixtures and Equipment and their supporting distributive and mechanical systems. This includes berthing, shops, passageways, stowage, sanitary, food service, lounge, recreation, religious ministry and welfare, personal service systems, spaces, facilities, and the fixtures and equipment installed in habitability spaces. The services to be provided shall also encompass Collection Holding and Transfer (CHT), air conditioning, refrigeration, piping, ventilation, heating, fresh water, lighting systems and their associated equipment, as well as interior finish materials and furnishings, doors, hatches, ladders, and related infrastructures also air and noise abatement and other environmental considerations. The specific services to be provided shall be set forth and defined in the individual task orders to be placed against the resulting contract. The specific services shall be within the scope of the basic services set forth. This requirement will be solicited as a small business set-aside. It is anticipated 363,888 hours of technical support will be required in the base year, 338,257 hours in year two, 345,023 hours in year three, 351,920 hours in year four, and 358,959 hours in year 5 for a total of 1,758,047 hours. Incumbent � This work is currently being performed under the NSWCPD Code 434 Multiple Award Contract (MAC) as follows: Contract No.� � � � � � � � � � � � � � � � � � � � � �Contractor� � � � � � � � � � � � � � � � � � � � � � � � �Dollar Value N64498-21-D-4033���������� Delphinus Engineering, Inc. (DEI)� � � � � � � � � � � � � � � � $986,320,480 N64498-21-D-4034���������� East Coast Repair Fabrication, LLC (ECRF)� � � � � � � �$986,320,480 N64498-21-D-4035���������� Integrated Marine Services, Inc. (IMS)� � � � � � � � � � � � �$986,320,480 N64498-21-D-4036���������� LaPlaya, Technical Services, Inc. (LPI)� � � � � � � � � � � � $986,320,480 N64498-21-D-4037���������� Orbis Sibro� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �$986,320,480 N64498-21-D-4038���������� QED Systems Inc.� � � � � � � � � � � � � � � � � � � � � � � � � � � � $986,320,480 N64498-21-D-4039���������� Tecnico Corporation� � � � � � � � � � � � � � � � � � � � � � � � � � �$986,320,480 N64498-21-D-4040���������� Valkyrie Enterprises, Inc.� � � � � � � � � � � � � � � � � � � � � � � $986,320,480 Contract Type � The resultant contract(s) will be a Cost-Plus-Fixed-Fee (CPFF), Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Contract (MAC) with Firm-Fixed-Price (FFP) ordering provisions. The resultant contract(s) will also include provisions to allow for Level of Effort (LOE) and Term (Completion) type Task Orders. The Government intends to issue contracts to each and all qualifying Offerors. Ordering Period/Period of Performance � The ordering period will span five years, and Performance is anticipated to begin 13 September 2026. Personnel Security Clearance � All personnel performing under this requirement shall possess a SECRET level security clearance.� Facility Requirements � The contractor is required to maintain a Facility Security Clearance (FCL) in accordance with the DD254 to perform certain work under the contract. Although it is not required at time of award, it shall be obtained within 250 days after award. Small Business Set-Aside� � This sources sought is being issued for the purpose of identifying those small businesses with the required expertise that might be interested in responding to a formal solicitation.� Interested small businesses are invited to submit capability statements, not to exceed 3 double spaced, single-sided pages in length, describing their ability to fulfill this requirement.� Capability Statements must include the following: (1) A complete description of the Offeror�s capabilities (including technical, program management, etc.), related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government�s objectives as stated in the description. (2) Demonstrate ability to obtain security clearances at the time of contract award for all personnel expected to provide support in accordance with the above requirement. (3) A summary of previous Corporate Experience relevant to the requirement obtained within at least the last five (5) years together with applicable Government contract numbers and Government technical and contract points of contact with current telephone numbers. Note:� The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited.� All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence. Note: Prior to the award of a cost-type task order, the Federal Acquisition Regulation (FAR) SubPart 16.301-3(a) requires that the contractor�s accounting system be determined adequate for considering costs applicable to the contract or order.� No telephone responses will be accepted.� No contractor response received after the advertised due date and time will be accepted.� No exceptions to this receipt deadline will be granted under any circumstances.� Responses must be received no later than the posted date in SAM by e-mail to the points of contact listed.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ded5c9fcd887410089a6b43d01efd4c2/view)
- Place of Performance
- Address: Philadelphia, PA 19112, USA
- Zip Code: 19112
- Country: USA
- Zip Code: 19112
- Record
- SN07178802-F 20240822/240820230129 (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 |