Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 01, 2024 SAM #8314
SOURCES SOUGHT

19 -- Carrier Engineering Maintenance Assist Team (CEMAT) and Surface Engineering Maintenance Assist Team (SEMAT)

Notice Date
8/30/2024 10:43:38 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
N0002424R4153
 
Response Due
9/30/2024 11:00:00 AM
 
Archive Date
10/01/2024
 
Point of Contact
Sakeena Siddiqi, Jason Chan
 
E-Mail Address
sakeena.s.siddiqi.civ@us.navy.mil, jason.chan7.civ@us.navy.mil
(sakeena.s.siddiqi.civ@us.navy.mil, jason.chan7.civ@us.navy.mil)
 
Description
This notice is a Request for Information (RFI) as defined in FAR 15.201(e). The Naval Sea Systems Command (NAVSEA) is conducting market research to determine industry interest, including potential for Small Business set-asides opportunities, for the Carrier Engineering Maintenance Assist Team (CEMAT) and Surface Engineering Maintenance Assist Team (SEMAT) requirement. This effort is essential in executing work on CVN 68 and CVN 78 Class Aircraft Carriers and the surface fleet with a resource for professional systems/equipment maintenance that supports both repairs and deck-plate maintenance training (Find, Fix, and Train) for Ship's Force equipment operators and maintenance technicians. This requirement is currently being satisfied under contract number N00024-21-D-4114 in which Huntington Ingalls Industry (HII) Fleet Support Group (FSG) is the prime contractor. All Small Business set-aside categories will be considered. In accordance with FAR 52.219-14, Limitations on Subcontracting, Small Business concerns are reminded that in performance of contracts awarded under small business set-aside procedures, at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials, shall be performed by the small business concern. The Government is seeking responses regarding capability to perform the CEMAT/SEMAT effort beginning at contract award (anticipated as FY2026) and continuing for a period of performance of 5 years. The Government anticipates that this will be a competitively awarded contract with a single awardee to provide teams responding in a quick manner to accomplish assigned tasks with the mission of assisting Ship's Force to be able to sustain their equipment during their operational deployments by providing engineering, technical guidance, repair and logistic support to force afloat in identification and correction of material condition discrepancies in Hull, Mechanical and Electrical (HM&E), Aviation equipment and systems, Command, Control, Communications, Computer and Intelligence (C4I) combat support systems and other support equipment. Additionally, the teams identify and correct systems material discrepancies, update and maintain configuration and availability report database systems, and develop and/or update on board training and curriculum and conduct instruction/on board training to support U.S. Naval Aircraft Carrier Forces or U.S. Naval Surface Forces. It is anticipated that this contract vehicle will support emergent and continuous maintenance efforts, Refueling Complex Overhauls (RCOHs), and Chief of Naval Operations (CNO) scheduled availabilities during its five-year period of performance. The Navy is considering various contracting strategies for this effort and to date, no final decision on the strategy has been made. The effort will be performed at Government facilities on vessels that are in or near the following locations which include but are not limited to: Norfolk, VA, San Diego, CA, Bremerton, WA, Everett, WA, Mayport, FL, Pearl Harbor, HI, Sasebo, JP, and Yokosuka, JP. The CEMAT/SEMAT contract will target efficient and effective maintenance practices, allow for the executing agency to take advantage of best repair capabilities and practices (e.g. Carrier Team One (CT1)), and allow for long-term vendor relationships throughout ships' training / deployment / maintenance / modernization cycles to reduce costs. RFI RESPONSES: The Government has provided the draft Statement of Work (SOW) as an attachment to this sources sought announcement for additional details on contract requirements. Interested parties are encouraged to submit a response to this notice in accordance with the provided instructions.� Include a cover page containing the following information: RFI number for this notice Company Name Mailing address and physical address (if different) Company website address UEI number CAGE code Business size status (based on NAICS code) and number of employees Type of small business (if applicable) Name, position, email address, and phone number of point(s) of contact The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth on this announcement, and answers to the following specific questions: 1. Is your company a NAVSEA certified Master Ship Repair Contractor (MSRA)? 2. Is your company a NAVSEA certified Boat Repair Contractor (ABR)? 3. Program Management. Program Management plays a critical role in this contract due to the overlapping of execution such as conducting Planned Incremental Availabilities/Docking Planned Incremental availabilities (PIAs/ DPIAs), Refueling Complex Overhauls (RCOHs), and inter-availabilities (both Continuous Maintenance and Emergent maintenance (CM/EM)) on homeported and visiting CVNs as well as Complex Overhauls (COHs), Depot Modernization Periods (DMPs), Drydocking Phased Maintenance Availabilities (DPMAs), Drydocking Selected Restricted Availabilities (DSRAs), Extended Docking Selected Restricted Availabilities (EDSRA), Intermediate Continuous Maintenance Availabilities (ICMAVs), Modernization Periods (MODPRDs), Phased Maintenance Availabilities (PMAs), Post Shakedown Availabilities (PSAs), Re-Integration Availabilities (REINTs), Surface Incremental Availabilities (SIAs), Service Life Extension Program (SLEP), Selected Restricted Availabilities (SRAs), and emergent work on homeported and visiting surface ships that could potentially require repair/maintenance at a moment's notice. What is your company's experience/strategy in managing/executing several comprehensive/technically challenging maintenance and repair activities simultaneously? What specific CVN and surface ship repair experience does your company have? Please define in terms of scope of work and complexity. What is your company's management strategy and structure to manage execution efforts? 4. Surge Capacity. The prime is expected to have surge capacity due to flex in operational schedules of the Navy. On short notice, any ship could require repair/maintenance and the prime would be expected to be there and support. It is not uncommon for primes to have teaming partners to handle such needs. In other words, management responsiveness is essential for success as the prime. What is your company's strategy for surge/emergent requirements? 5. Accounting Methodology. Sound financial tools and practices such as a certified accounting system, Earned Value Management System (EVMS) reporting, interface/approval with DCAA and approved purchasing systems are required to adequately provide proper billing to the Navy. The accounting system would show the breakout of direct, indirect and overhead charges. In addition, the accounting system would be used to manage the business with vendors as required. While it is important to have an integrated schedule; it is equally important to have cost controls in place. The prime will submit timely invoices/vouchers to the Navy by Contract Line Item (CLIN), Contract Subline Item (SLIN), and Accounting Classification Reference Number (ACRN) level. Cost of performance shall be segregated, accumulated, and invoiced to the appropriate ACRN categories. What accounting system and other best practice accounting methodology does your company currently use? 6. Given the complexity of the work described in this sources sought, including attachment 1, please describe your company's historical experience completing work of this complexity or describe how your company would be capable of meeting the requirements described herein as of contract award. Please focus your response on the meeting the magnitude of scope and include your ability to acquire sufficient financial resources. 7. Given the complexity of the work described in this sources sought, does your company plan to submit a proposal as a prime contractor in response to the anticipated solicitation for the contractors to perform continuous maintenance and emergent maintenance while providing on-the-job training to fleet forces on CVN 68 Class, CVN 78 Class Aircraft Carriers and surface ship vessels? Please provide a positive statement of intent to bid as prime contractor addressing EACH ""type of work"", as specified in the draft statement of work, in which the firm would expect to submit an offer SUBMISSION INSTRUCTIONS Responses and comments are requested by 2:00 pm (EST), on 30 September 2024. Information should be emailed to Ms. Sakeena Siddiqi at sakeena.s.siddiqi.civ@us.navy.mil and Mr. Jason Chan at Jason.Chan7.civ@us.navy.mil with ""CEMAT/SEMAT IDIQ Sources Sought Response"" in the subject field.. Please include the RFI title in the subject of the e-mail. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contact listed in this notice. Submission Details: Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of at least one point of contact. Please limit RFI responses to 15 pages or less, excluding the cover page, with 1-inch margins, and 10-point Times New Roman font or larger. Responses should indicate enough detail so that potential Navy interest can be assessed. Responses are requested to be provided electronically, and acceptable formats include Adobe PDF, Microsoft Word, Microsoft Excel and Microsoft PowerPoint files, not to exceed 5 MB. Information provided shall be treated as Business Sensitive or confidential to the responder and shall be subject to the process for exemption 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 not a request for proposal. The purpose of this sources sought announcement is to gather information from the marketplace. 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. DISCLAIMER This notice is not an RFP. Per FAR 15.201(e), responses to this notice do not constitute offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. The Government makes no representations that a solicitation for the requirements described in this notice will be issued. Respondents are wholly responsible for any costs or expenses associated with submitting a response. No reimbursement will be made for any costs associated with providing information in response to this notice or any further requests for information relating to a response. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used by the Government in the development of a procurement strategy. Information submitted in response to this notice will become the property of the United States Government. Respondents should properly mark any materials submitted with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure under the public records statutes only if properly labeled as such. Future information, if any, will be posted at sam.gov, where this announcement is posted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8dad9e7abc3f48ae906aa8697d26f5b8/view)
 
Place of Performance
Address: Norfolk, USA
Country: USA
 
Record
SN07194283-F 20240901/240830230125 (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.