Florida Bids > Bid Detail

DDG 51 Class Post Shakedown Availabilities at Mayport

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 19 - Ships, Small Craft, Pontoons, and Floating Docks
Opps ID: NBD00159965332339592
Posted Date: Oct 12, 2022
Due Date: Oct 26, 2022
Solicitation No: N0002423R2321
Source: https://sam.gov/opp/ad696cc776...
Follow
DDG 51 Class Post Shakedown Availabilities at Mayport
Active
Contract Opportunity
Notice ID
N0002423R2321
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA HQ
Office
NAVSEA HQ
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 11, 2022 04:06 pm EDT
  • Original Response Date: Oct 26, 2022 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1905 - COMBAT SHIPS AND LANDING VESSELS
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Jacksonville , FL 32227
    USA
Description

The Naval Sea System Command (NAVSEA) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for accomplishment of DDG 51 Class Post Shakedown Availabilities (PSAs) for two (2) DDG 51 Class Ships at the homeport of Mayport, FL. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611 Ship Building and Repairing.

THERE IS NO SOLICITATION AT THIS TIME. 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.

PSAs are intended to accomplish correction of Government responsible trial card deficiencies; new work identified between ship custody transfer and the start of the PSA; and the incorporation of approved engineering changes which were not incorporated during the construction period and not otherwise the shipbuilder's responsibility. PSAs can vary in scope and complexity. 180,000 to 225,000 man-hour PSAs are common for DDG, and typically include additional work scope that is performed by Alteration Installation Teams (AITs) and other outside activities. The PSA is normally accomplished within a period of approximately 16 weeks, depending on the size of the PSA work package.

The Contractor is expected to provide for the necessary program management in order to adequately manage, integrate, and support the entire PSA work scope, including that work scope that is not the responsibility of the contractor to perform. In support of this, a resource-loaded Integrated Master Schedule (IMS) that provides for accomplishment of the total availability work package, including AIT and other outside activity installation modifications will be required.

The Contractor will be expected to provide adequate facilities for the execution of the PSA. The executing facility should have a security clearance issued by the Defense Security Service at the SECRET level. Contractor is to provide anti-terror/force protection measures employed at the Contractor's facilities in accordance with NAVSEA Standard Item 009-72. The Contractor is required to have the capability to dry dock a DDG-51 Class ship and sufficient resources to execute the PSA on Naval Station Mayport. Warehouse/storage facilities are required to accommodate material. Additionally, the Contractor must provide indoor and outdoor production facilities capable of performing marine pre-fabrication, repair, and machining onsite. Power, compressed air, water, and sewage must be available and operational for the entirety of the PSA industrial effort. Secure, environmentally controlled facilities should be available for combat systems and electronics equipment. The Contractor shall complete work in a manner which affords for Naval Supervisory Authority certification of the PSA.

Per OPNAVINST 4700.8K, conducting the PSA at or near the ship's homeport is desirable to minimize impact on crew training and quality of life. The homeport location is Mayport, FL.



The Government has provided a draft copy of Section B and the Statement of Work as an enclosure to this sources sought notice (see Enclosure).



If your organization has the potential capacity to perform the above described efforts in any or all of the locations listed above, please provide the following information: 1) Organization name, address, e-mail address, web site address, telephone number, and size and type of ownership for the organization; 2) Specific points of contact for one or more company individuals that can answer follow-up market research questions; and 3) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical and industrial capability, organizations should address the administrative and management structure of such arrangements.

The Government will evaluate market information to ascertain potential market capacity to 1) provide efforts consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of personnel and risk mitigation.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. In accordance with FAR 52.219-14, should the prospective contract be competed as a small business set aside, the prospective offerors would be required to perform at least 50% of the cost of manufacturing, to include industrial work, planning, engineering, and program management. If you are a small business, include a description of your plan to meet the requirements listed above within the capability statement portion of your submission. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Submission Instructions: Interested parties who consider themselves qualified to perform the herein described efforts are invited to submit a response to this Sources Sought Notice by 1500 Eastern Standard Time on 26 OCTOBER 2022. All responses under this Sources Sought Notification must be submitted by email to:



Contract Specialist: Steven Vetarbo, steven.p.vetarbo.civ@us.navy.mil



Contracting Officer: Megan Villalba, megan.a.villalba.civ@us.navy.mil



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 Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider.

Please choose one of the methods below to submit your response:




  1. For electronic file sizes over 5 MB upload and submit your response to the Safe Access File Exchange (SAFE) application (https://safe.apps.mil). Please follow the steps below:

    1. Notify the Contract Specialist of your intent to submit a response to the source sought; the Contract Specialist will initiate a unique upload request for your response, which will be delivered via an email from NoReplyTo@mail.mil (the link is valid for 14 days)

    2. Follow the link provided in the email; the URL may contain https://no-click.mil/?, if so remove that segment and insert the remainder into your web browser’s address bar

    3. Click “Cancel” when prompted to select an authentication certificate

    4. If your response contains Business Sensitive Information, check the box next to “Encrypt every file (REQUIRED FOR FOUO, PII, AND PHI)”

    5. Either drag your response file(s) into the browser window or individual select them by clicking the button labeled “Click to Add Files or Drag Them Here”

    6. Enter a description next to the file(s)

    7. Click “Drop-off Files”



  2. For electronic file sizes fewer than 5 MB send by email to the PCO and CS.



NOTICES REGARDING THIS SOURCES SOUGHT:



This sources sought does NOT constitute a Request for Proposal and is not to be construed as a commitment, implied or otherwise, by the Government that a procurement action will be issued.

No telephone inquiries will be accepted and requests for solicitation packages will not be honored, as no solicitation is intended at this time.

Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation.

THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS SOURCES SOUGHT.

No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of the requested information.

No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests.

Responses to this Sources Sought may be considered in the future determination of an appropriate acquisition strategy for the program.

The Government may not respond to any specific questions or comments submitted in response to this Sources Sought or information provided as a result of this request.

Any information submitted by respondents as a result of this notice is strictly voluntary.

NOTICE REGARDING PROPRIETARY INFORMATION: All submitted materials will be designated for Government Use Only. Third party support contractors providing support to the DDG program may have access to the submitted material. These contractors have executed non-disclosure agreements. Submission of material requested in this Sources Sought shall constitute consent to allow access to the material/information by any relevant third party support contractor supporting the DDG program. Submitted material/information will be safeguarded in accordance with the applicable Government regulations.


Attachments/Links
Attachments
Document File Size Access Updated Date
Enclosure 1.pdf (opens in new window)
171 KB
Public
Oct 11, 2022
file uploads

Contact Information
Contracting Office Address
  • 1333 ISAAC HULL AVE SE
  • WASHINGTON NAVY YARD , DC 20376-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 11, 2022 04:06 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >