Search Contract Opportunities

Carrier Engineering Maintenance Assist Team (CEMAT)   4

ID: N00024-19-R-4304 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: March 20, 2020, 7:14 a.m. EDT
************************************************************************ The CEMAT Industry Day Brief and Questions and Answers have been posted. Industry's questions or feedback must be emailed to sonya.diazdeleon@navy.mil by 1400 ET on 16 May 2019. All information contained in the brief and Q&A is tentative and subject to change until the final RFP is posted.
Posted: Jan. 30, 2020, 10:36 a.m. EST
Posted: May 2, 2019, 4:58 p.m. EDT
Posted: April 12, 2019, 12:21 p.m. EDT
Posted: March 28, 2019, 9:47 a.m. EDT
Posted: March 27, 2019, 3:15 p.m. EDT
Posted: Feb. 6, 2019, 12:47 p.m. EST
The Naval Sea Systems Command (NAVSEA) is conducting market research to determine whether any Small Business set-aside opportunities exist for Carrier Engineering Maintenance Assist Team (CEMAT) and Surface Engineering Maintenance Assist Team (SEMAT) essential in executing work on CVN 68 and CVN 78 Class Aircraft Carriers and the surface fleet with a resource for professional systems/equipment maintenance that supports both repairs and deck-plate maintenance training (Find, Fix, and Train) for Ship's Force equipment operators and maintenance technicians. This requirement is currently being satisfied under contract number N50054-14-D-1408 in which AMSEC, LLC is the prime contractor. All Small Business set-aside categories will be considered. In accordance with FAR 52.219-14, Limitations on Subcontracting, Small Business concerns are reminded that in performance of contracts awarded under small business set-aside procedures, at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials, shall be performed by the small business concern.

The Government is seeking responses in regards to this CEMAT/SEMAT effort beginning at contract award (FY2020) and continuing for a period of performance of 5 years. It will be a competitively awarded contract that will select a single contractor to provide teams responding in a quick manner to accomplish assigned tasks with the mission of assisting Ship's Force to be able to sustain their equipment during their operational deployments by providing engineering, technical guidance, repair and logistic support to force afloat in identification and correction of material condition discrepancies in Hull, Mechanical and Electrical (HM&E), Aviation equipment and systems, Command, Control, Communications, Computer and Intelligence (C4I) combat support systems and other support equipment. Additionally, the teams identify and correct systems material discrepancies, update and maintain configuration and availability report database systems, and develop and/or update on board training and curriculum and conduct instruction/on board training to support U.S. Naval Aircraft Carrier Forces or U.S. Naval Surface Forces. It is anticipated that this contract vehicle will support emergent and continuous maintenance efforts, Refueling Complex Overhauls (RCOHs), and Chief of Naval Operations (CNO) scheduled availabilities during its five-year period of performance. The Navy is considering various contracting strategies for this effort and to date, no final decision on the strategy has been made. The effort will be performed at Government facilities on vessels that are in or near the following locations which include but are not limited to; Norfolk, VA, San Diego, CA, Bremerton, WA, Everett, WA, Mayport, FL, Pearl Harbor, HI, Sasebo, JP, and Yokosuka, JP.

The CEMAT/SEMAT contract will target efficient and effective maintenance practices, allow for the executing agency to take advantage of best repair capabilities and practices (e.g. Carrier Team One (CT1)), and allow for long-term vendor relationships throughout ships' training / deployment / maintenance / modernization cycles to reduce costs.

The Government has provided the draft Statement of Work (SOW) as an attachment to this sources sought announcement for additional details on contract requirements.

The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth on this announcement, and answers to the following specific questions:

1. Is your company a small or large business as defined by the Small Business Administration (SBA)?

2. How many employees does your company have?

3. Does your company have a website? If so, what is your company's website address?

4. Is your company a NAVSEA certified Master Ship Repair Contractor (MSRA)?

5. Is your company a NAVSEA certified Boat Repair Contractor (ABR)?

6. Positive statement of intent to bid as prime contractor addressing EACH "type of work", as specified in the draft statement of work, in which the firm would expect to submit an offer.

7. Program Management. Program Management plays a critical role in this contract due to the overlapping of execution such as conducting Planned Incremental Availabilities/Docking Planned Incremental availabilities (PIAs/ DPIAs), RCOHs, and inter-availabilities (both CM/EM) on homeported and visiting CVNs as well as Complex Overhauls (COHs), Depot Modernization Periods (DMPs), Drydocking Phased Maintenance Availabilities (DPMAs), Drydocking Selected Restricted Availabilities (DSRAs), Extended Docking Selected Restricted Availabilities (EDSRA), Intermediate Continuous Maintenance Availabilities (ICMAVs), Modernization Periods (MODPRDs), Phased Maintenance Availabilities (PMAs), Post Shakedown Availabilities (PSAs), Re-Integration Availabilities (REINTs), Surface Incremental Availabilities (SIAs), Service Life Extension Program (SLEP), Selected Restricted Availabilities (SRAs), and emergent work on homeported and visiting surface ships that could potentially require repair/maintenance at a moment's notice. What is your company's experience/strategy in managing/executing several comprehensive/technically challenging maintenance and repair activities simultaneously?

What specific CVN and surface ship repair experience does your company have? Please define in terms of scope of work and complexity. What is your company's management strategy and structure to manage execution efforts?

8. Surge Capacity. The prime is expected to have surge capacity due to flex in operational schedules of the Navy. On short notice, any ship could require repair/maintenance and the prime would be expected to be there and support. It is not uncommon for primes to have teaming partners to handle such needs. In other words, management responsiveness is essential for success as the prime. What is your company's strategy for surge/emergent requirements?

9. Accounting Methodology. Sound financial tools and practices such as a certified accounting system, Earned Value Management System (EVMS) reporting, interface/approval with DCAA and approved purchasing systems are required to adequately provide proper billing to the Navy. The accounting system would show the breakout of direct, indirect and overhead charges. In addition, the accounting system would be used to manage the business with vendors as required. While it is important to have an integrated schedule; it is equally important to have cost controls in place. The prime will submit timely invoices/vouchers to the Navy by Contract Line Item (CLIN), Contract Subline Item (SLIN), and Accounting Classification Reference Number (ACRN) level. Cost of performance shall be segregated, accumulated, and invoiced to the appropriate ACRN categories. What accounting system and other best practice accounting methodology does your company currently use?

10. Given the complexity of the work described in this sources sought, including attachment 1, please describe your company's historical experience completing work of this complexity or describe how your company would be capable of meeting the requirements described herein as of contract award. Please focus your response on the meeting the magnitude of scope and include your ability to acquire sufficient financial resources.

11. Given the complexity of the work described in this sources sought, does your company plan to submit a proposal in response to the anticipated solicitation for the contractors to perform continuous maintenance and emergent maintenance while providing on-the-job training to fleet forces on CVN 68 Class, CVN 78 Class Aircraft Carriers and surface ship vessels?

Information provided shall be treated as Business Sensitive or confidential to the responder, and shall be subject to the process for exemption from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government. NAVSEA may request further information regarding the capabilities of respondents to meet the requirements set forth in the Announcement. This sources sought announcement is not a request for proposal. The purpose of this sources sought announcement is to gather information from the market place. Information provided in response to this sources sought announcement will not be considered an Offer by the responding contractor and cannot be accepted by the Government to form a binding contract.

No telephone inquiries will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time.

Submission Details: Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of at least one point of contact. Responses to this notice should not exceed (15) single-sided (Times New Roman, minimum 12 point font) pages. Submission shall be in Microsoft Word or Adobe Acrobat (5MB limit) and shall be sent electronically to: Mercedes Thurston, Contracting Officer, at mercedes.thurston@navy.mil and Brandon Payne, Contract Specialist, at brandon.payne1@navy.mil , with "CEMAT/SEMAT IDIQ Sources Sought Response" in the subject field. The deadline to submit responses is requested by 2PM Eastern Standard Time, 20 February 2019.

Notice Regarding Solicitation: Please note that this announcement is for market research and planning purposes only to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government of any kind.

Other: The Government will not pay for any effort expended or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided. The Government is not requesting interested parties to provide brochures and/or generalized sales-pitch language. Capability and Capacity information shall be specific (quantified as appropriate) and not theoretical in nature to the greatest extent practicable. For instance, a notification of intent to partner with numerous firms to acquire appropriate resources should be supported with formal agreements and/or letters of intent as well as a provision of projects where the parties have successfully teamed together in the past.

Future information, if any, will be posted at the website for FBO, the same site where this announcement is posted.

Overview

Response Deadline
May 16, 2019, 3:00 p.m. EDT (original: Feb. 20, 2019, 11:59 p.m. EST) Past Due
Posted
Feb. 6, 2019, 12:47 p.m. EST (updated: March 20, 2020, 7:14 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
54%
On 2/6/19 Naval Sea Systems Command issued Sources Sought N00024-19-R-4304 for Carrier Engineering Maintenance Assist Team (CEMAT) due 5/16/19. The opportunity was issued full & open with NAICS 336611 and PSC J019.
Primary Contact
Name
Sonya Diaz Deleon   Profile
Phone
(202) 781-5278

Secondary Contact

Name
Mercedes Thurston   Profile
Phone
(202) 781-1843

Documents

Posted documents for Sources Sought N00024-19-R-4304

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N00024-19-R-4304

Award Notifications

Agency published notification of awards for Sources Sought N00024-19-R-4304

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N00024-19-R-4304

Contract Awards

Prime contracts awarded through Sources Sought N00024-19-R-4304

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00024-19-R-4304

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00024-19-R-4304

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA HQ > NAVSEA HQ
FPDS Organization Code
1700-N00024
Source Organization Code
100076491
Last Updated
Feb. 28, 2021
Last Updated By
PI33_DR_IAE_51681
Archive Date
Feb. 28, 2021