Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2025 SAM #8478
SOURCES SOUGHT

19 -- LCS FREEDOM-Class CY2026 - 2027 Dry Dock Capability

Notice Date
2/10/2025 1:46:03 PM
 
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
N00024-25-R-2331
 
Response Due
3/10/2025 2:00:00 PM
 
Archive Date
03/25/2025
 
Point of Contact
Vincenzo Bianco, Phone: 202-781-3317, Brian Blasser, Phone: 202-615-8409
 
E-Mail Address
vincenzo.l.bianco.civ@us.navy.mil, brian.w.blasser.civ@us.navy.mil
(vincenzo.l.bianco.civ@us.navy.mil, brian.w.blasser.civ@us.navy.mil)
 
Description
Description The Naval Sea Systems Command (NAVSEA) is issuing this sources sought as a means of conducting market research to identify parties having an interest in, and the resources to support, this 1 January 2026 � 31 December 2027 requirement for two (2) Post Delivery docking availabilities of Freedom Class Littoral Combat Ships (LCS) within 1,000 miles of Mayport Naval Station, FL. Facility requirements include: U.S. Navy dry dock, certified in accordance with MIL-STD-1625D (SH) and capable of docking a LCS FREEDOM Class vessel (~3,500 tons, length 378 ft., and beam 57.7 ft.) Ship Pier/berthing capability (minimum pier side depth of 19 feet required). Secure, humidity and temperature controlled warehouse/storage facilities to accommodate pre-positioning and long lead time material procured by the Planning Yard and combat systems and electronics equipment storage. Government and Ship�s Force office space for at minimum 100 personnel, to include internet and phones. Parking for those individuals within a 15-minute walk of the facility. Sufficient indoor and outdoor production facilities to perform marine pre-fabrication, repair, and machining onsite. Crane to support lifts up to 100 Ton Capacity. Electrical: 400 amps capacity, 440 volts AC, 60 HZ, and 3 phase IAW UFC 4-150-02 Appendix C, Table C-7. Capability to provide back-up electrical power. Potable Water: 4000 Gallons per Day (GPD) @ 55-60 Pounds per Square Inch (PSI) IAW UFC 4-150-02 Appendix C, Table C-4. Provide Oily Waste/Waste Oil discharge service in accordance with UFC 4-150-02 Appendix C, Table C-5. Sea Water/Firefighting Water: 1,800 Gallons per Minute (GPM) capability, @ 100 PSI measured at the most remote outlet IAW UFC 4-150-02 Appendix C, Table C-3. Sewage: Ability to accommodate and dispose of 1,000 GPD of effluent and 1,000 GPD of wastewater IAW UFC 4-150-02 Appendix C, Table C-6. Berthing modules or barge for Ship�s Force 20-personnel duty section within the facility. Anti-terror/force protection capability at the Contractor's facilities in accordance with NAVSEA Standard Item 009-72. NAVSEA qualified aluminum and steel welding capability in accordance with NAVSEA Technical Publication Requirements for Welding and Brazing Procedure and Performance Qualification S9074-AQ-GIB-010/248. Work shall be completed in accordance with NAVSEA Standard Items as they apply to Execution work package, including Navy Tag-out requirements, and in a manner which affords for Naval Supervisory Authority certification of the Availability. Original Equipment Manufacturer (OEM)/Foreign National Contractor third-party access. This is a Sources Sought notice only. This Sources Sought is for informational planning purposes and is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This Sources Sought does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this Sources Sought. All costs associated with responding to this Sources Sought are solely at the responding parties� expense. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this Sources Sought. Responses to the Sources Sought will not be returned. Not responding to this Sources Sought does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations. Responses to this RFI may be considered in the future determination of an appropriate acquisition strategy for the program. Standard item references available at https://www.navsea.navy.mil/Home/RMC/CNRMC/Our-Programs/SSRAC/, other references available upon request. Instructions: Reponses to this Sources Sought request should reference LCS FREEDOM Class Dry Dock and include the following information in this format: 1. Company name, address, point of contact name, phone number, and email address. 2. Contractor and Government Entity (CAGE) Code and SAM Unique Entity ID. 3. Business Size to include number of employees and office location(s) 4. Tailored capability statements addressing the facility requirements listed in the section above. 5. Prior/current corporate experience performing efforts of similar size and scope within the last three (3) years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, and a brief description of how the contract referenced relates to the technical services described in the facility requirements. 6. Management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, and possible subcontract/teaming arrangements. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed ten (10) typewritten pages. Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for, any proprietary information not properly marked and clearly identified. Information provided shall be treated as Controlled Unclassified Information and will not be shared outside of Government activities and agencies. Interested parties who consider themselves qualified to perform the herein described efforts are invited to submit a response to this Sources Sought Notice by 5:00 PM Eastern Standard Time on 10 March 2025. In order to submit your business-sensitive response securely via the DODSAFE portal, send an email request for an upload link to Procuring Contracting Officer (PCO) Brian Blasser at brian.w.blasser.civ@us.navy.mil and the contract specialist Vincenzo Bianco at vincenzo.l.bianco.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b4f4e857b2d94540a046f354dd3d1ce5/view)
 
Place of Performance
Address: Jacksonville, FL, USA
Country: USA
 
Record
SN07338545-F 20250212/250210230034 (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.