Search Contract Opportunities

M1PZ - TORPEDO WEAPONS RETRIEVER (TWR) OPERATIONS AND MAINTENANCE SERVICES   4

ID: N0060421R4006 • Type: Presolicitation

Description

Torpedo Weapons Retriever (TWR) Operations and Maintenance Services, Joint Base Pearl Harbor Hickam, Hawaii.

The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Pearl Harbor (FLCPH) Regional Contracting Department intends to issue a Request for Proposal (RFP) for TWR Operations and Maintenance Services necessary to ensure Naval Submarine Support Command (NSSC) at Joint Base Pearl Harbor Hickam (JBPHH) has three operable torpedo retrieval vessels ready for operational and training requirements, in addition to, supporting other fleet requirements including (but not limited to) vessel board search and seizure (VBSS) training, small boat attack training, Brief Stop for Personnel/Parts (BSP) transfers with afloat submarines, surface support and escort for submarines conducting Naval Special Warfare (NSW) exercises or Sea Trials, Unmanned Aerial Vehicle (UAV) and Unmanned Underwater Vehicle (UUV) launch and recovery support, and maritime interdiction operations.

The North American Industry Classification System (NAICS) code for this procurement is 488310 (Port and Harbor Operations) with a size standard of $41.5M. The Product or Service Code is M1PZ (Operation of Other Non-Building Facilities).

Bowhead Marine Support Services, LLC. is the contractor currently performing these services under contract number N0060418P4047 for TWR Services and N006419P4004 for TWR Cost-Reimbursable Services and Supplies.

NSSC Commander at Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii requires a contractor to provide a trained and technically competent crew to operate three Government-owned torpedo retrieval vessels in support of the NSSC mission within the Hawaiian Island Fleet Operating Area; plan and conduct all maintenance, repairs, and alterations necessary to maximize operational readiness of the vessels; and provide all shore-based logistical support necessary to maintain and operate the vessels.

The Contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform TWR Operations, maintenance, and logistical support services as defined in the Performance Work Statement (PWS) except for those items specified as Government furnished property, equipment and services. The Contractor shall perform to the standards in this contract without exception.

This contract consists of a nine-month base period and four 12-month optional periods and a further option to extend services up to six additional months.

NAVSUP FLCPH intends to solicit and award a firm-fixed priced (FFP) non-commercial service contract. Cost reimbursement (CR) Contract Line Item Number (CLIN) for other direct costs and reimbursable supplies and services will be incorporated. Market research, which included a sources sought notice, indicated that there is a reasonable expectation of obtaining offers from two or more responsible small business concerns that are competitive in terms of market prices, quality, and delivery. Therefore, this requirement will be a 100% small business set-aside. Federal Acquisition Regulations (FAR) Part 15 (Contracting by Negotiations) procedures apply. The source selection process will be conducted in accordance with FAR Part 15.101-1 and the Department of Defense (DoD) Source Selection Procedures; Offerors will be evaluated through the tradeoff source selection process.

The proposed RFP number is N0060421R4006. The RFP is anticipated to be issued on or about 19 March 2021. The RFP closing date and time will be specified in the RFP and will be no less than 30 days after the issuance of the RFP. The anticipated award date is 22 Jun 2021 with a Period of Performance start date of 1 Jul 2021. The RFP, its attachments and any amendments will be posted to Contract Opportunities on beta SAM (beta.sam.gov). All responsible sources may submit a proposal in response to the forthcoming RFP, which shall be considered by this office. Instructions for proposal submission will be outlined in the forthcoming RFP. Offerors must be registered in the System for Award Management (SAM) database at https://www.sam.gov or beta.sam.gov at the time of proposal submission. It is the sole responsibility of the offeror to monitor the beta SAM website for updates. Offerors wishing to submit an offer are responsible for downloading their own copy of the RFP and to monitor the site for any amendments to the RFP. An offeror's list will not be maintained by this office. Requests for the RFP made via telephone, facsimile, e-mail, or mail will not be honored. Any questions in regards to this synopsis must be submitted in writing via e mail to the Contract Specialist: marilyn.hockersmith@navy.mil. Any changes to this synopsis will be posted to beta SAM.

The Contracting Officer for this acquisition is Christopher M. Craft.

Site Visit Information Relating to COVID-19 Travel Restrictions

The State of Hawaii and the City/County of Honolulu have implemented travel restrictions relating to COVID-19 that may impact prospective contractor's travel arrangements for the site visit that will be announced when the Request for Proposals is issued. The site visit is tentatively scheduled for 23 March 2021 at Joint Base Pearl Harbor Hickam (JBPHH), HI, but is subject to changes posted in the Request for Proposal.

The following information is provided for information only. It is important to note that policies and procedures regarding travel restrictions relating to COVID-19 are always changing. IT IS THE OFFEROR'S RESPONSIBILITY to thoroughly understand and implement the State, City, and County guidelines and check with those government agencies for the latest information regarding these policies and procedures. Offerors wishing to attend the site visit will require appropriate credential for access to JBPHH that will be thoroughly described in the RFP. Those without credentials, such as the Common Access Card, will be required to provide personal identifying information for access. The required information will be described in the RFP.

The following links provide COVID-19 travel information to state of Hawai'i:

https://hawaiicovid19.com/travel/getting-to-hawaii/

https://governor.hawaii.gov/main/travel-information/

Essential employees can submit an exemption request by emailing covidexemption@hawaii.gov

Under the Governor of the State of Hawaii, February 12, 2021, Eighteenth Supplementary Proclamation:

  • All persons entering the State of Hawai'i shall submit to the mandatory screening process and complete the mandatory documentation identified in the Rules Relating to COVID-19 Screening Process and Travel Self-Quarantine
  • Must comply with all applicable State and county rules, directives, and orders related to travelers.
  • All travelers to Hawai'i are subject to a 10-day mandatory self-quarantine except for those who are performing critical infrastructure functions in Hawaii. COVID19 Travel regulations are provided at the link below:

https://governor.hawaii.gov/wp-content/uploads/2021/02/2102078-ATG_Eighteenth-Proclamation-Related-to-the-COVID-19-Emergency-distribution-signed.pdf

Those identified as essential workers by the Cybersecurity & Infrastructure Security Agency (CISA), or their employers should contact covidexemption@hawaii.gov prior to travel for written authorization to break self-quarantine to perform their work.

https://www.cisa.gov/sites/default/files/publications/Version_3.0_CISA_Guidance_on_Essential_Critical_Infrastructure_Workers_1.pdf

To apply for an exemption, please provide/supplement the following Place of Origin

Name of Each Traveler Date(s) of Arrival Date(s) of Departure Place of Origin

14-day travel history

Lodgings in Hawaii

Contact Number (for each traveler)

Describe in detail the nature of the critical infrastructure work

PDF copy of ID, credential, or document to verify purpose of travel to Hawaii

Once you send this information, your request will be reviewed. If granted, you will be allowed bypass the self-quarantine to do your job. You will need to remain self-quarantined at all other times.

Overview

Response Deadline
March 5, 2021, 5:00 p.m. EST Past Due
Posted
Feb. 18, 2021, 11:57 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
88%
Signs of Shaping
80% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 2/18/21 NAVSUP Fleet Logistics Center Pearl Harbor issued Presolicitation N0060421R4006 for M1PZ - TORPEDO WEAPONS RETRIEVER (TWR) OPERATIONS AND MAINTENANCE SERVICES due 3/5/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 488310 (SBA Size Standard $47 Million) and PSC M1PZ.
Primary Contact
Name
Marilyn L. Hockersmith Contract Specialist, Code 201C Regional Contracting Department NAVSUP Fleet Logistics Center Pearl Harbor, Hawaii 96860 Email Marilyn.hockersmith@navy.mil   Profile
Phone
None

Documents

Posted documents for Presolicitation N0060421R4006

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation N0060421R4006

Award Notifications

Agency published notification of awards for Presolicitation N0060421R4006

Contract Awards

Prime contracts awarded through Presolicitation N0060421R4006

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N0060421R4006

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N0060421R4006

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP GLOBAL LOGISTICS SUPPORT > NAVSUP FLC PEARL HARBOR > NAVSUP FLT LOG CTR PEARL HARBOR
FPDS Organization Code
1700-N00604
Source Organization Code
100226787
Last Updated
March 20, 2021
Last Updated By
marilyn.hockersmith@navy.mil
Archive Date
March 20, 2021