Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SOURCES SOUGHT

J -- Repair, Maintenance, and Overhaul of Allied Systems Company Knuckle Boom Crane on LPD-17 Class Ships

Notice Date
9/12/2025 10:23:22 AM
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-26-R-4403
 
Response Due
9/29/2025 8:00:00 AM
 
Archive Date
10/14/2025
 
Point of Contact
CDR Greg Sceviour, Phone: 12027810724, Kathryn Corvello, Contracting Officer, Phone: 2027813177
 
E-Mail Address
gregory.p.sceviour.mil@us.navy.mil, kathryn.f.corvello.civ@us.navy.mil
(gregory.p.sceviour.mil@us.navy.mil, kathryn.f.corvello.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
INTRODUCTION This is a Sources Sought announcement in accordance with FAR 15.201 in anticipation of a potential future procurement program. Naval Sea Systems Command (NAVSEA), Washington DC, is conducting market research and seeking information from potential sources able to procure, receive, store, and ship materials associated with the portside knuckle boom crane manufactured by Allied Systems Company onboard the U.S. Navy�s San Antonio-class Amphibious Transport Dock (LPD 17) vessels. BACKGROUND The NAVSEA Surface Warfare Directorate, SEA 21, is responsible for life-cycle management for all non-nuclear surface ship classes of the U.S. Navy including Surface Combatant Warfare Class Ships. In-service life cycle support of these ships comprises: integrated planning, programming, and execution of the maintenance and fleet modernization program, including the provision of all technical and logistics support required to maintain, modernize, and improve performance of the ships. REQUIREMENT NAVSEA is seeking contractors capable of completing expert services related to the procurement of material for the aforementioned knuckle boom cranes on LPD 17 class ships. The scope associated with the Sources Sought notice includes, but is not limited to: Delivery of qualified personnel to deliver direct, on-site, shipboard support for assessments, diagnostics, troubleshooting, repairs, overhauls, maintenance, and the removal/installation of U.S. Navy owned Allied Knuckle Boom Cranes. Conduct knuckle boom crane upgrades and overhauls to fully restore the material condition and operational functionality of the systems Provide training, inspection, labor and material to explore and resolve any in-service problems associated with all U.S. Navy owned Allied Knuckle Boom Cranes. This requirement will provide technical logistics and engineering services to support inspections, parts recommendations warehousing, new davit installations, and both initial and ad-hoc Fleet Response Plan training. Orders will also include repair and rebuild for the Allied Knuckle Boom Cranes installed onboard U.S. Navy ships. Emergent actions may be required to respond to emergency situations on short notice ACQUISITION STRATEGY The Government is contemplating procuring this effort utilizing an Indefinite Delivery, Indefinite Quantity (IDIQ) type contract with an ordering period of one 12-month base year and four 12-month option years. However, the Government is seeking industry input for the best acquisition approach. Previous acquisition approaches have resulted in the work accomplished primarily through subcontracting and has led to inefficient lead times for completion of the work scope. Therefore, the desired acquisition strategy is one that will result in a prime contractor that can complete the work directly or with limited subcontracting. CAPABILITIES AND CAPACITY STATEMENT Interested parties shall submit a comprehensive Capabilities and Capacity Statement that describes the firm�s capabilities and capacity to meet the Government�s requirements, including the following: Positive statement of intent to bid as a prime contractor for the requirement. An outline of resources available to accomplish the proposed contract. Submittals must clearly distinguish in-house resources from sub-contracted resources and include the following areas: Infrastructure and organization sufficient to deliver direct, on-site, shipboard support for assessments, diagnostics, troubleshooting, repairs, overhauls, maintenance, material and the removal/installation of U.S. Navy owned Allied Knuckle Boom Cranes. Implementation of project management controls and execution of significant multi-tasking. Qualified Personnel: identify appropriate levels and types of expertise in a manner that demonstrates understanding of the requirements. Provide relevant examples of a quality system defining the capability and approach to ensure quality assurance for all procured material. Does your company have experience completing quality assurance on the materials typically associated with U.S. Navy owned Allied Knuckle Boom Cranes maintenance, repair and modernization availabilities? Does your company have adequate financial resources to perform the requirements, or the ability to obtain them? Past Performance: Provide relevant past performance information including previous contracts performed in the last five (5) years. The information provided for each named contract shall include: general scope of contract, specifically outline relevance to the requirements identified in this Sources Sought notice. Dollar value, location, and Point(s) of Contact (including name, title, phone number and email address). If the work was accomplished as a prime contractor, please indicate the percentage of work, if any, that was subcontracted. If the work was performed as a subcontractor, indicate the percentage and dollar value of the work performed. If the interested party has no relevant experience on U.S. Navy owned Allied Knuckle Boom Crane projects onboard U.S. Navy vessels, private industry projects may be submitted. If the past performance information submitted is for effort other than that provided in support of U.S. Naval Surface Fleet Vessels, explain (no more than 1-page in length) how that experience will enable the firm to successfully meet the requirements of the contemplated contract(s). The Government is not requesting interested parties to provide brochures and/or generalized sales-pitch language. Capability and capacity statements shall be specific (quantified as appropriate) and not theoretical in nature to the greatest extent practical. Specifically, parties are requested to provide the following information (as applicable): Company Name, Company address, Primary company contacts(s) and associated email addresses, Company website, Business size (small or large) for NAICS code (336611) Company�s socioeconomic status (Woman-Owned, Veteran-Owned, HUBZone, etc.), Company CAGE code and UEI number, and Any other information deemed applicable by the interested party. SUBMISSION DETAILS: A PARTY�S SUBMISSION SHALL NOT EXCEED MORE THAN 20 DOC (MS Word) OR PDF PAGES IN LENGTH AND BE NO LARGER THAN 7.5GB. Parties are responsible for adequately marking proprietary and/or competition sensitive information that is contained within their submission. A party�s submission shall be delivered electronically either via encrypted email to CDR Greg Sceviour (gregory.p.sceviour.mil@us.navy.mil) and Kathryn Corvello (kathryn.f.corvello.civ@us.navy.mil) or via drop on DOD SAFE. If a party chooses the drop on DOD SAFE option, the party shall coordinate the �drop� with Greg Sceviour and Kathryn Corvello, whereby one of them will provide a DOD SAFE link for the drop. The due date for submission is 29 September 2025 at 1100 EST. DISCLAIMER: This RFI is for Navy/information/planning purposes only. This announcement is not a request for proposal; it does not constitute any form of solicitation and shall not be construed as a commitment by the Navy. A party submission is not an offer nor proposal and the Navy is under no obligation to make any form of award as a result of this announcement. No funds will be provided by the Navy to pay for the preparation of submission in response to this announcement. All responses to this RFI are strictly voluntary. All submitted materials will be designated for Government Use Only. Third party support contractors providing support to NAVSEA Surface Warfare Directorate, SEA 21, will have access to the submitted material. These contractors have executed non-disclosure agreements with SEA 21. Submission of material requested in this sources sought announcement shall constitute consent to allow access to the material/information by any relevant third-party support contractor supporting SEA 21. Submitted material/information will be safeguarded in accordance with the applicable Government regulations.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1dce37a30be345959c2f82c5316fee0f/view)
 
Place of Performance
Address: Washington Navy Yard, DC, USA
Country: USA
 
Record
SN07589564-F 20250914/250912230047 (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.