Search Contract Opportunities

Product Family Support Services   4

ID: N5523625R3000 • Type: Sources Sought • Match:  90%
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?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: June 27, 2024, 2:56 p.m. EDT

This is a sources sought notice for information and acquisition planning purposes. This is not a request for proposal (RFP) and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue an RFP, contract, or order. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided.

Southwest Regional Maintenance Center (SWRMC) is seeking small business concerns to provide intermediate-level (I-level) ship maintenance and repairs specified in the attached draft Statement of Work.

The anticipated contract will include one (1) base year and four (4) one-year option periods. The anticipated period performance is as follows: Base Year: 30 Sep 2025 - 29 Sep 2026; Option Year 1: 30 Sep 2026- 29 Sep 2027; Option Year 2: 30 Sep 2027 - 29 Sep 2028; Option Year 3: 30 Sep 2028 29 Sep 2029; Option Year 4: 30 Sep 2029 - 29 Sep 2030.

SWRMC is contemplating a single-award, cost-plus-fixed-fee contract for the requirement specified in the attached draft Statement of Work. The applicable NAICS code is 336611 - Ship Building and Repairing.

This is a follow-on requirement to SWRMC contract N55236-20-C-0003. Epsilon Systems Solutions Inc, is the incumbent contractor.

Interested contractors should submit a capabilities statement (not to exceed five pages) that demonstrates their capability to perform the services described herein. The capabilities statement shall include:

Company name

Address

Business size (small, small disadvantaged, 8(a), women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned) [more than one category may be selected as applicable]

Company's Cage code and DUNS number

Point of contact (POC) information (name, email address and phone number)

Company's technical capabilities

The capabilities statement should also identify, by contract number, past or current contracts and/or subcontracts that were awarded to your firm, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a point of contact for the customer/recipient of the work performed.

All questions, concerns, or requests for clarifications will be submitted using Request for Specification Clarification Form, attached to this Sources Sought Notice. Answers to submitted questions, concerns, or requests for clarifications will be posted to www.FBO.gov. All questions, concerns, or requests for clarifications are requested to be submitted no later than 08 July 2024 at 10:00 AM (Pacific Time) to both Kathy Choi, Contract Specialist, via email at kathy.e.choi.civ@us.navy.mil and Dayen Lagunas, Contract Specialist, via email at dayen.lagunas.civ@us.navy.mil. No questions, concerns, or requests for clarifications will be taken by telephone.

No telephone inquiries will be accepted. The Government does not commit to providing a response to any comments or questions. No basis for a claim against the Government shall arise as a result of this announcement. Responses should be received no later than 08 July 2024 at 10:00 AM (Pacific Time). All responses should be submitted both to Kathy Choi, Contract Specialist, via email at kathy.e.choi.civ@us.navy.mil and Dayen Lagunas, Contract Specialist, via email at dayen.lagunas.civ@us.navy.mil.

Posted: June 26, 2024, 11:49 a.m. EDT
Posted: June 13, 2024, 12:06 p.m. EDT
Background
Southwest Regional Maintenance Center (SWRMC) is seeking small business concerns to provide intermediate-level (I-level) ship maintenance and repairs specified in the attached draft Statement of Work. The anticipated contract will include one (1) base year and four (4) one-year option periods. Epsilon Systems Solutions Inc, is the incumbent contractor.

Work Details
SWRMC provides intermediate-level (I-level) ship maintenance and repairs, oversight for major depot-level (D-level) shipyard maintenance and repairs, and fleet technical assistance (FTA) and assessments for all U.S. Navy ships and submarines homeported in or visiting the Southwest U.S. region.
SWRMC Production Department (Code 900) is responsible for providing I-level maintenance and repair support and selective maintenance training to over 100 surface ships, submarines, shore activities and other commands of the U.S. Pacific Fleet.
The Department is comprised of a large, blended workforce consisting of active duty military, civil service, and support service contractor personnel.

Period of Performance
Base Year: 30 Sep 2025 - 29 Sep 2026; Option Year 1: 30 Sep 2026- 29 Sep 2027; Option Year 2: 30 Sep 2027 - 29 Sep 2028; Option Year 3: 30 Sep 2028 – 29 Sep 2029; Option Year 4: 30 Sep 2029 - 29 Sep 2030.

Place of Performance
The majority of the work is performed in shops and dry docks located on Naval Base San Diego (NBSD), onboard ships and submarines homeported and visiting the Southwest region, and infrequently at locations around the world.

Overview

Response Deadline
July 8, 2024, 1:00 p.m. EDT (original: June 28, 2024, 1:00 p.m. EDT) Past Due
Posted
June 13, 2024, 12:06 p.m. EDT (updated: June 27, 2024, 2:56 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
San Diego, CA 92136 United States
Source

Current SBA Size Standard
1300 Employees
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Low
Est. Value Range
Experimental
$10,000,000 - $50,000,000 (AI estimate)
Odds of Award
77%
Signs of Shaping
95% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 6/13/24 Southwest Regional Maintenance Center issued Sources Sought N5523625R3000 for Product Family Support Services due 7/8/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336611 (SBA Size Standard 1300 Employees) and PSC J019.
Primary Contact
Name
Kathy Choi   Profile
Phone
(619) 556-4729

Secondary Contact

Name
Dayen Lagunas   Profile
Phone
(619) 708-0908

Documents

Posted documents for Sources Sought N5523625R3000

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought N5523625R3000

Award Notifications

Agency published notification of awards for Sources Sought N5523625R3000

Contract Awards

Prime contracts awarded through Sources Sought N5523625R3000

Incumbent or Similar Awards

Contracts Similar to Sources Sought N5523625R3000

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N5523625R3000

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N5523625R3000

Experts for Product Family Support Services

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > REGIONAL MAINTENANCE CENTER > SOUTHWEST REGIONAL MAINT CENTER
FPDS Organization Code
1700-N55236
Source Organization Code
100201833
Last Updated
July 23, 2024
Last Updated By
kathy.choi@navy.mil
Archive Date
July 23, 2024