Search Contract Opportunities

Engineering Services

ID: N32253-17-R-3000 • 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 23, 2017, 12:26 p.m. EDT

THIS IS NOT A REQUEST FOR PROPOSAL (RFP) - AWARD OF A CONTRACT WILL NOT BE MADE AS A RESULT OF THIS NOTICE. ADDITIONALLY, CONTRACTORS WILL NOT BE COMPENSATED FOR COSTS RELATED TO RESPONSE PREPARATION AND/OR SUBMITTAL.

Pearl Harbor Naval Shipyard and Intermediate Facility (PHNSY & IMF) have a follow-on requirement for engineering services at PHNSY & IMF. The purpose of this task is to prepare and review Advanced Industrial Management (AIM) planning and Technical Work Documents (TWDs) and provide Project Trouble Desk support to support ship systems maintenance, repair, and testing on surface craft and Los Angeles and Virginia Classes of submarines during availabilities at PHNSY & IMF. The intent of this notice is to inform industry of the Government's intended acquisition strategy and to solicit feedback regarding the potential for small business participation and the capabilities of small and large businesses to fulfill this requirement.

Included with this notice is a draft Statement of Work (SOW) and market research questionnaire for industry review/completion. The draft SOW is being provided to request comments and questions from potential offerors. The market research questionnaire is intended to assist the Government in determining the probability of small or large business prime contractors responding to a future RFP for this requirement. The Government anticipates making future decisions regarding the acquisition strategy based upon responses received from both small and large businesses that indicate an interest and demonstrate capability to perform the required effort.

The Government's current acquisition strategy includes the following:

Issuance of task order solicitation N32253-17-R-3153 under the SeaPort-e Multiple Award Contract (MAC), to be competed on an unrestricted basis within the National Capital Zone (Zone 6);

Non-performance based service acquisition;

Best value trade-off source selection procedures;

Cost-plus-fixed-fee (CPFF) term contract type/pricing structure; and

Potential period of performance of five (5) years, consisting of a one (1) year base and four (4) additional one-year option periods.

The North American Industrial Classification System (NAICS) code is 541330, Engineering Services. The associated size standard is $38.5M in annual receipts. For more information about size standards, please refer to http://www.sba.gov.

Although responses are encouraged from all interested parties, please be advised that SeaPort-e shall be utilized as the mandatory acquisition vehicle for engineering support services. SeaPort-e is the Navy's electronic platform for acquiring the aforementioned support services over 22 functional areas and consists of 2,400+ Indefinite Delivery, Indefinite Quantity (IDIQ) MAC holders. The SeaPort-e procurement portal shall exclusively be used to electronically issue the solicitation and to receive and evaluate proposals. AS SUCH, PHNSY & IMF WILL NOT SEPARATELY PROVIDE THE SOLICITATION VIA FEDBIZOPPS (FBO) OR OTHER ELECTRONIC/PAPER MEANS. ONLY SEAPORT-E MAC HOLDERS WITHIN ZONE 6 MAY SUBMIT PROPOSALS. The intention of posting this notice in FBO is to foster small business subcontracting opportunities and garner interest in future Navy procurements. Furthermore, Navy Virtual SYSCOM may periodically decide to expand the existing SeaPort-e MAC via rolling admissions. Please refer to http://www.seaport.navy.mil for more information.

Interested parties/potential offerors are encouraged to respond to this notice with questions, comments, and completed questionnaires as soon as possible, but not later than 03 April 2017. In addition to identifying questions and comments regarding the draft SOW, please complete the attached questionnaire to the best of your ability. All responses shall be submitted via-email to Mr. Darnell Williams, Contract Specialist, at darnell.williams@navy.mil.

Please note that no Government response will be provided to questions/comments submitted in response to this notice and respondents will NOT be notified of the results of the market research questionnaire. All questions/comments will be reviewed by the Government to assist in identifying revisions to be incorporated in the SOW. All market research questionnaires will be reviewed and the information will assist the Government in finalizing its acquisition strategy, including a determination regarding the utilization of a small business set-aside. All information will be kept confidential and will not be disseminated to the public.

This advance notice and market research questionnaire is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response.

Market research is being conducted to determine all potential socio-economic small businesses and large businesses interested in, and capable of, providing the support services identified herein. This posting is issued in accordance with the requirements of Federal Acquisition Regulation (FAR) Part 10.

Background:

The Engineering and Planning Department at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) provide engineering, planning, logistics, testing, and services necessary to repair and maintain naval ships. Highly qualified and dedicated support is crucial in ensuring these ships are able to perform as needed to support its mission. This requirement to support the existing workforce reflects the forecast in PHNSY&IMF's Workload and Resources Report (WARR).

Estimated Work Requirements:

As identified above, the contractor awarded the anticipated task order will be required to provide engineering and technical services support. Please review the attached draft SOW for an example of the potential tasking and work requirements anticipated under the future task order award.

INTERESTED PARTIES SHALL SUBMIT ONLY THE INFORMATION AS REQUESTED BY THE ATTACHED MARKET RESEARCH QUESTIONNAIRE.

Posted: March 20, 2017, 6:33 p.m. EDT

Overview

Response Deadline
April 3, 2017, 5:00 p.m. EDT Past Due
Posted
March 20, 2017, 6:33 p.m. EDT (updated: March 23, 2017, 12:26 p.m. EDT)
Set Aside
None
Place of Performance
Pearl Harbor Naval Shipyard & IMF JBPHH, HI 96860 USA
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Cost Plus Fixed Fee
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
54%
On 3/20/17 Naval Sea Systems Command issued Sources Sought N32253-17-R-3000 for Engineering Services due 4/3/17. The opportunity was issued full & open with NAICS 541330 and PSC C.
Primary Contact
Title
Contract Specialist
Name
Darnell W. Williams   Profile
Phone
(808) 473-8000

Documents

Posted documents for Sources Sought N32253-17-R-3000

Question & Answer

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

Contract Awards

Prime contracts awarded through Sources Sought N32253-17-R-3000

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N32253-17-R-3000

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N32253-17-R-3000

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA SHIPYARD > PEARL HARBOR NAVAL SHIPYARD IMF
FPDS Organization Code
1700-N32253
Source Organization Code
100255300
Last Updated
April 18, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 18, 2017