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 -- Elevator Support Unit (ESU) for East and West Coast Aircraft Carriers

Notice Date
8/30/2024 9:09:10 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
N00024-24-R-4154
 
Response Due
9/30/2024 11:00:00 AM
 
Archive Date
10/15/2024
 
Point of Contact
Sakeena Siddiqi, Tyler Pacak
 
E-Mail Address
sakeena.s.siddiqi.civ@us.navy.mil, tyler.p.pacak.civ@us.navy.mil
(sakeena.s.siddiqi.civ@us.navy.mil, tyler.p.pacak.civ@us.navy.mil)
 
Description
The Naval Sea Systems Command (NAVSEA) is conducting market research to determine whether any Small Business set-aside opportunities exist for Elevator Support Unit (ESU) for east and west coast aircraft carriers essential in executing work on CVN 68 and CVN 78 Class Aircraft Carriers. This requirement is currently being satisfied under contract number N00024-21-D-4103 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 this ESU effort beginning at contract award (FY2026) and continuing for a period of performance of 5 years. It will be a competitively awarded contract that will select a single contractor to provide teams responding in a quick manner to accomplish engineering services, maintenance and operator training, technical and repair support to accomplish specific requirements described herein in support of maintenance and planning for the overhaul, modernization and repair of shipboard elevators, cargo handling equipment and associated systems installed with-in U.S. Navy Aircraft Carriers. In support of Commander, Naval Air Force, Atlantic (CNAL) and Commander, Naval Air Force, Pacific (CNAP), the contractor shall provide engineering, technical and logistic support to Ship�s Force in identification and correction of material condition discrepancies to assure that elevators are in safe and proper operating condition. The contractor shall update and maintain configuration database systems, develop and update on board training curriculum, and conduct instruction on Atlantic and Pacific carriers.� The contractor shall provide teams of knowledgeable elevator technicians consisting of hull, mechanical, hydraulic, and electrical familiar with overall fleet maintenance philosophies, logistical specialists familiar with Commander, Naval Sea Systems Command (COMNAVSEASYSCOM) Integrated Logistic Support (ILS) procedures and functions of the ship�s Logistics Support Center (LSC), Maintenance Support Center (MSCs), and automated data processing (ADP) specialists familiar with fleet database management systems. It is expected that the labor force for this contract will be performing on board US Naval aircraft carriers and deployed carrier operating areas.� Major locations include Norfolk, VA; San Diego, CA; Bremerton, WA; and Everett, WA.� However, this list is not all-inclusive and there may be some work requirements in other locations. The ESU contract will target efficient and effective maintenance practices, allow for the executing agency to take advantage of best repair capabilities and practices and allow for long-term vendor relationships throughout ships' training / deployment / maintenance / modernization cycles to reduce costs. The Government has provided the draft Statement of Work (SOW) as an attachment to this sources sought announcement for additional details on contract requirements. 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 small or large business as defined by the Small Business Administration (SBA)? 2. How many employees does your company have? 3. Does your company have a website? If so, what is your company's website address? 4. Is your company a NAVSEA certified Master Ship Repair Contractor (MSRA)? 5. Is your company a NAVSEA certified Boat Repair Contractor (ABR)? 6. 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. 7. 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 What is your company's experience/strategy in managing/executing several comprehensive/technically challenging maintenance and repair activities simultaneously? What specific CVN 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? 8. 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? 9. 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? 10. 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. 11. Given the complexity of the work described in this sources sought, does your company plan to submit a proposal 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 and CVN 78 Class Aircraft Carriers? 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. 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. Responses to this notice should not exceed (15) single-sided (Times New Roman, minimum 12-point font) pages. Submission shall be in Microsoft Word or Adobe Acrobat (5MB limit) and shall be sent electronically to: Sakeena Siddiqi, Contracting Officer, at Sakeena.s.siddiqi.civ@us.navy.mil and Tyler Pacak, Contract Specialist, at Tyler.p.pacak.civ@us.navy.mil, with ""ESU IDIQ Sources Sought Response"" in the subject field. The deadline to submit responses is requested by 2PM Eastern Standard Time, 30 SEPT 2024. Notice Regarding Solicitation: Please note that this announcement is for market research and planning purposes only to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal and is not to 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. 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 supported 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. Future information, if any, will be posted at sam.gov, where this announcement is posted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c6433f66bb764add8bc6aaafd6d5341d/view)
 
Record
SN07194284-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.