Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2025 SAM #8466
SOURCES SOUGHT

J -- Touch Labor Support Services

Notice Date
1/29/2025 6:18:26 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
N32253-25-SIMAQ-PHSY-900R-004
 
Response Due
3/3/2025 10:00:00 AM
 
Archive Date
05/30/2025
 
Point of Contact
Sarah Chang, Megan Ho
 
E-Mail Address
sarah.k.chang2.civ@us.navy.mil, megan.k.ho.civ@us.navy.mil
(sarah.k.chang2.civ@us.navy.mil, megan.k.ho.civ@us.navy.mil)
 
Description
Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is issuing this sources sought synopsis as a means of conducting market research to seek eligible contractors to provide specific touch labor to support non-nuclear, non-SUBSAFE work onboard Surface Combatants Ships, Virginia Class, and Los Angeles Class Submarines. The contractor workforce will supplement the shipyard workforce labor based off the current workload. It is the Government�s intent to issue a multiple-award, indefinite-delivery indefinite-quantity (IDIQ) firm fixed price contract with a one (1) year base period and four (4) one-year option periods for a total of five (5) years. The Contractor shall provide and will be responsible for all labor, management, supervision, coordination, quality control, quality assurance, quality management, safety management, equipment, and transportation necessary to perform the requirements of each task order issued. The Contractor shall ensure adequate resources are dedicated to comply with the standards, guidelines and procedures as stated in the performance work statement (PWS) to satisfy the requirements of contracts. This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred. If your organization has the capability of performing these services, please provide the following information: (1) organization name, address, email address, website address, telephone number, size and type of ownership for the organization, CAGE code, DUNS number; and (2) tailored capability statement: Addressing the particulars of this effort. Appropriate documentation supporting claims of organizational and staff capability. Identify and explain your organization�s ability to fulfil each of the individual touch labor trade skill category. Please identify any trade skill category that your organization does not provide. Feasibility and estimated ramp up time required before POP start date to fulfil each individual task order. Ability to utilize local labor to fulfil contract requirements. Are there suggested alternative methods for the Government to consider to accomplish this requirement? Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. To be evaluated for technical merit and capability, statements must be received by the stated deadline. In determining whether or not to compete this requirement, the Government has sole discretion. Submission Instructions: Interested parties who consider themselves qualified to perform requirements in accordance to the attached draft Performance Work Statement are invited to submit a response to this Sources Sought Notice by 08:00 HST on 03 March 2025. All questions and responses regarding this Sources Sought Notice must be emailed to both megan.k.ho.civ@us.navy.mil and sarah.k.chang2.civ@us.navy.mil. Attachments Sources Sought Performance Work Statement (PWS)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/824b791c8ab543d79479f0d13b04f1cb/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN07327086-F 20250131/250129230113 (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.