Search Contract Opportunities

DDS Engineering Services and Maintenance Contract   3

ID: N00024-17-R-6405 • 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: Nov. 4, 2016, 3:29 p.m. EDT

The purpose of this modification is to change the date from Nov 9 to Nov 23.

2018 DDS Engineering Services and Maintenance Contract RFI

Attachment 1: Example of Type of Work and the associated Requirements and Notional Maintenance Schedule

Attachment 2: Example of Key Personnel

The Naval Sea Systems Command (NAVSEA) is conducting market research to identify potential sources that possess the capability to perform maintenance services and repairs for the Navy's in-service Dry Deck Shelters (DDS), Training Closure and Hatch Assemblies, and interface equipment. Maintenance services and repairs will be performed primarily at the contractor's facility but they may also be performed at one of two shore based maintenance facilities. One of the shore based maintenance facilities is located in Pearl City, HI and the other is located in Virginia Beach, VA. There is a potential for these maintenance and services activities to be conducted at the submarine home port locations in Pearl Harbor, HI; Groton, CT; Kings Bay, GA; and Bremerton, WA as well as at specific OCONUS designated maintenance locations, one in Diego Garcia and the other in Guam. The specific types of maintenance and an example of the major maintenance availability schedule are depicted in Attachment 1.

The DDS program consists of six DDSs that are operated by the US Navy. A DDS is a portable module that mates with a specially modified SSGN and VA Class submarines in order to allow divers and special operations forces to enter and exit the DDS while the host submarine is submerged. The DDS is made up of a spherical hyperbaric chamber, a spherical transfer trunk, and a cylindrical hangar with an ellipsoidal door at the aft end to allow entry and exit to the ocean. Offerers will conduct maintenance work including restricted availabilities, emergent repairs and overhauls. Additional tasking includes develop, plan, kit, and install field change upgrades (configuration changes); fit-up DDSs to host submarines, maintain a DDS rotatable pool spares program; maintenance of Training Closure and Hatch Assemblies, transporters, and host submarine interface systems. Attachment 1 provides additional information pertaining to the types of maintenance and services that will be required to be performed.

Respondents must demonstrate the required level of technical expertise, as well as the ability to fulfill the mandatory Deep Submergence System Scope of Certification (DSS-SOC) qualifications requirements as defined by NAVSEA Instruction 4855.34 (Latest Revision) and NAVSEA Notice 5000 of 26 August 2016. Respondents must provide detailed narratives and supporting rationale/data identifying how their knowledge, skills, and abilities meet the requirements specified in NAVSEA Instruction 4855.34 and NAVSEA Notice 5000.

The respondents must be able to field the Key Personnel indicated in Attachment 2 of this RFI. Notional Non-Key personnel staffing level are left to the respondents to propose. Respondents are strongly encourage to provide innovative approach that could improve the technical, including staffing, schedule, and cost performance without sacrificing the quality of maintenance and timely delivery of the systems to the warfighters in accordance with the requirements in Attachment #1. Respondents must provide documentation or examples of DSS-SOC maintenance and all associated integral and ancillary support capabilities from past experience.

Responses to this RFI must be submitted via email to the points of contact listed at the bottom of this notice, and must be received no later than 5:00PM Eastern Standard Time (EST) on November 23, 2016. The subject line of emails containing responses or questions related to this notice should reference the solicitation number for this notice and "DDS Engineering Services and Maintenance Sources Sought Notice." Please limit responses to a maximum of thirty (30) pages for this effort. Respondents may respond with work related experience BUT must demonstrate its ability to perform the Engineering Services and Maintenance requirements stated in Attachment #1.

The cover pages shall include the following information:

1. Company name; Address; Point of Contact; Phone Number; and E-mail address.

2. Identification and verification of the company's business size (i.e., small, large) relative to NAICS Code 336611.

Small Businesses are reminded under FAR 52.219-14; Limitation on Subcontracting, for services, that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Include the percentage of work that will be self-performed on this project.

Interested parties should submit the information requested above, via email to: Peter Agyei-Sarpong at peter.agyei-sarpong@navy.mil and Tchwan Slye at Tchwan.slye@navy.mil.

All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. Responses to this notice will not be returned.

This notice is not a request for proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kind of offers will be considered in response to this notice. Respondents are wholly responsible for any costs or expenses associated with submitting a response. No reimbursement will be made for any costs associated with providing information in response to this notice or any further requests for information relating to a response. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy.

Posted: Oct. 25, 2016, 11:12 a.m. EDT

Overview

Response Deadline
Nov. 23, 2016, 5:00 p.m. EST (original: Nov. 9, 2016, 5:00 p.m. EST) Past Due
Posted
Oct. 25, 2016, 11:12 a.m. EDT (updated: Nov. 4, 2016, 3:29 p.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 10/25/16 Naval Sea Systems Command issued Sources Sought N00024-17-R-6405 for DDS Engineering Services and Maintenance Contract due 11/23/16. The opportunity was issued full & open with NAICS 336611 and PSC 19.
Primary Contact
Title
CONTRACT SPECIALIST
Name
TCHWAN SLYE   Profile
Phone
(202) 781-3972

Secondary Contact

Title
CONTRACTING OFFICER
Name
PETER AGYEI-SARPONG   Profile
Phone
(202) 781-3600

Documents

Posted documents for Sources Sought N00024-17-R-6405

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought N00024-17-R-6405

Contract Awards

Prime contracts awarded through Sources Sought N00024-17-R-6405

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00024-17-R-6405

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00024-17-R-6405

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA HQ
Source Organization Code
6fa9f1ea9784c0083fe29d04bab64db9
Last Updated
Dec. 8, 2016
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 8, 2016