THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible firms capable of providing the supplies/services described herein prior to determining the method of acquisition.
SUBJECT: The Navy is interested in obtaining market information pertinent to Advanced planning, engineering, product support, Long Lead Time Material (LLTM) procurement and advanced pre-fabrication efforts for the eventual conversion to detail design and construction (DD&C) award of one (1) America-class amphibious assault ship, Landing Helicopter Assault Replacement (LHA (R)) Flight 1 and the eventual DD&C related provisions for procurement of: onboard spares and repair parts, major shore based spares, engineering and industrial services, special studies, emergent material and service, technical manuals, Coordinated Shipboard Allowance List (COSAL) material and crew familiarization).
INCUMBENT CONTRACT: N00024-20-C-2437, LHA 9 DD&C
PREVIOUS STRATEGY: Other Than Full and Open Competition permitted under 10 United States Code (U.S.C.) 2304 (c) (1) Only one responsible source and no other supplies or services will satisfy agency requirements wherein supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued production when it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the Agency's requirements.
ANTICIPATED SET-ASIDE: N/A
TECHNICAL CODE: PMS 377, Amphibious Warfare Program Office
CONTRACTING OFFICE ADDRESS: N00024
POINT OF CONTACT: Nicole L. Buckler
Contract Type A Cost-Plus-Fixed-Fee (CPFF) contract is anticipated with conversion into a Fixed-Price Incentive (FPI) contract upon a prospective DD&C award.
Period of Performance The performance may commence upon date of contract award utilizing appropriated Fiscal Year (FY) Shipbuilding and Conversion, Navy (SCN) funding with the eventual DD&C award predicated upon any funding and requisite authorities authorized and appropriated thereafter.
Work Location Requirements The majority of the work will be performed at the Contractor's facility.
Scope Attachment (1) DRAFT Statement of Work (SOW)
Attachment (2) Notional Long Lead Time Material (LLTM) List
Capability Statements:
Not to exceed five (5) double spaced, single-sided pages in length, demonstrating the Contractor's ability to fulfill this requirement. Capability Statements must address, at a minimum the following:
Section 1: Introduction. Identify the Sources Sought Number and Title
Section 2: Corporate Description.
- Name of Company and address
- Ownership, including whether: Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB)
- Points of contact, including: Name, title, phone, and e-mail address
- CAGE Code and DUNS Number
A complete description of the Contractor's capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government's objectives as stated in the attached draft SOW including the capability to design and eventually construct and launch an LHA (R) Flight 1 ship.
Section 2. Past/Current Performance. Suggested language: Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the Draft SOW.
Section 3. Technical Response. Provide a detailed technical response that addresses the tasks identified in the Draft SOW. Information should include:
- Contractor's Facility Security Clearance.
- The contractor's ability to manage, as a Prime contractor, the types and magnitude of all tasking in the SOW.
- Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost of the contract with its' own employees in accordance with FAR 52.219-14.
- The contractor's capacity, or potential approach to achieving capacity, to execute the requirements of the SOW. This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified.
- Contractor's ability to begin performance upon contract award.
- A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts.
Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence.
Note: This notice shall not be construed as a commitment by the Government of any kind to award a contract for the future construction of any ship.
No telephone responses will be accepted. No contractor response received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. Responses must be received no later than 05:00pm Eastern Standard Time on Friday, 16 January 2023 by e-mail to nicole.l.buckler.civ@us.navy.mil.
Background
The Navy is seeking market information related to advanced planning, engineering, product support, Long Lead Time Material (LLTM) procurement, and advanced pre-fabrication efforts for the conversion to detail design and construction (DD&C) award of one America-class amphibious assault ship, specifically the Landing Helicopter Assault Replacement (LHA (R)) Flight 1. This initiative includes provisions for procurement of onboard spares and repair parts, major shore-based spares, engineering and industrial services, special studies, emergent material and services, technical manuals, Coordinated Shipboard Allowance List (COSAL) material, and crew familiarization. The incumbent contract is N00024-20-C-2437 for LHA 9 DD&C.
Work Details
The contractor shall perform advanced planning, engineering, and product support efforts and procure Long Lead Time Material (LLTM) for one America-class Amphibious Assault Ship Flight 1 (LHA 10). The work includes:
- Utilizing LHA 9 engineering and Product Support products where applicable.
- Procurement of LLTM as listed in Attachment TBD.
- Engineering Design Support including:
- Drafting Technical Purchase Requisitions/Statements of Work (TPRSOW).
- Conducting supplier proposal evaluations.
- Developing Subcontractor Data Requirements List (SDRL).
- Program Planning including establishing a Project Office for LHA 10 efforts.
- Quality Assurance with a Government approved Quality Program Plan.
- Product Support tasks including logistics support analysis and maintenance planning.
Specific items include:
1. Reliability and Maintenance Program Plan
2. Integrated Environmental Safety and Health Plan
3. Logistic Support Analysis Plan
4. Product Support Plan
5. Human Engineering Program Plan
6. Corrosion Prevention and Control Plan
7. Contractor's Configuration Management Plan
8. Data Management Plan
9. Risk Management Plan
Period of Performance
The performance may commence upon date of contract award utilizing appropriated Fiscal Year (FY) Shipbuilding and Conversion, Navy (SCN) funding with the eventual DD&C award predicated upon any funding and requisite authorities authorized and appropriated thereafter.
Place of Performance
The majority of the work will be performed at the Contractor’s facility.