Search Contract Opportunities

Landing Craft, Air Cushion Extended Service Life Extension Program

ID: N00024SN050 • Type: Special Notice

Description

THIS SOURCES SOUGHT NOTICE IS AN ADVANCE NOTICE FOR INFORMATION, MARKET RESEARCH, AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION AVAILABLE AT THIS TIME. THIS ANNOUNCEMENT IS FOR THE PURPOSE OF MARKET RESEARCH ONLY AND MAY OR MAY NOT TRANSLATE INTO AN ACTUAL PROCUREMENT. THERE IS NO FUNDING ASSOCIATED WITH THIS ANNOUNCEMENT.

The U.S. Navy is issuing this Sources Sought Notice as a means of conducting market research to identify parties having both the interest and the resources to support Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) requirements. The objective of E-SLEP is to further extend the craft service life past what was achieved through the first SLEP and other modernization programs. The result of this market research will contribute to the identification of potential bidders for the potential FY26+ LCAC E-SLEP procurement.

This notice is seeking business sources in the United States capable of performing LCAC E-SLEP efforts at Assault Craft Unit 5 (ACU 5), Camp Pendleton, Oceanside, CA.

The type of work to be accomplished includes repair and installation of hull structures, machinery, electrical systems, electronics, and piping systems. Integration of Government Furnished Property (GFP) (e.g. LCAC unique cable, the Command, Control, Communications, Computers & Navigation (C4N) suite and ETF40B gas turbine engines) into the craft utilizing a build-to-print Technical Data Package (TDP) is also required. The TDP consists of work items and associated drawings, test procedures, technical manuals, and a GFP list for each craft. Prospective Contractors will be required to perform the work at ACU 5, a Government owned facility.

No later than 1600 EDT, 31 October 2024, interested business sources shall provide notice of interest and the following informational response to both Points of Contact listed below. Informational responses shall be provided via email only and should be limited to three (3) pages. Telephonic responses are not acceptable. The informational responses shall contain unclassified information only and include the following:

  1. Company Information
    1. Organizational Name, Mailing Address and Website Address
    2. Point of Contact
      1. Name
      2. Position/Title
      3. Email address
      4. Telephone number
  2. Capabilities and expected ability to meet LCAC E-SLEP scope as referenced above (e.g., repair, installation)
  3. Past experience performing construction and modernization of vessels of similar dimensions and characteristics highlighting:
    1. Construction and modernization
      1. Organic or subcontracted?
      2. Teaming arrangement?
    2. Familiarity with Government contract requirements
      1. Give examples of successful Government contracts of similar scope of work.
  4. Feedback to the following Government questions to industry:
    1. Is there anything related to the intended procurement of LCAC E-SLEP that would prevent your company from performing the required work?
      1. Such as, certain contract types, work location, scope of work and material procurement.
    2. Do you have any suggestions that may potentially improve the Government's approach?
    3. Do you have any questions you would like to see addressed prior to RFP release?

NOTICES REGARDING SOLICITATION: This notice 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 request for solicitation packages will not be honored. 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 NOTICE.

The Government may not respond to any specific questions or comments submitted in response to this special notice or any information provided as a result of this request. Any information submitted by respondents as a result of this notice is strictly voluntary.

No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of Contractors information. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests. There is no funding associated with this announcement.

NOTICE REGARDING PROPRIETARY INFORMATION: All submitted materials will be designated for Government Use Only. Third party support contractors who have executed non-disclosure agreements may have access to the information provided. Any information submitted which is to be provided and reviewed by Government personnel only shall be clearly marked as such. Otherwise, the Government shall construe consent has been given to allow access to the information by any relevant third party support contractor.

IMPORTANT: Any email containing export controlled information must be marked Controlled Unclassified Information (CUI) and use encryption.

The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.

Future information will be posted at the SAM.GOV website, the same site where this announcement has been posted.

Overview

Response Deadline
Oct. 31, 2024, 4:00 p.m. EDT Past Due
Posted
Sept. 11, 2024, 12:34 p.m. EDT
Set Aside
None
Place of Performance
Camp Pendleton, CA 92055 United States
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Likely Fixed Price
Est. Value Range
Experimental
$50,000,000 - $150,000,000 (AI estimate)
On 9/11/24 Naval Sea Systems Command issued Special Notice N00024SN050 for Landing Craft, Air Cushion Extended Service Life Extension Program due 10/31/24.
Primary Contact
Name
Linda C. Squires, Contracting Officer   Profile
Phone
(202) 781-3942

Secondary Contact

Name
Dominick J. Meyers, Contract Specialist   Profile
Phone
(202) 781-7962

Documents

Posted documents for Special Notice N00024SN050

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Special Notice N00024SN050

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice N00024SN050

Similar Active Opportunities

Open contract opportunities similar to Special Notice N00024SN050

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
Nov. 15, 2024
Last Updated By
dominick.meyers@navy.mil
Archive Date
Nov. 15, 2024