Search Contract Opportunities

Ship Control Systems, Steam, Machinery, and Auxiliary Propulsion Maintenance/Modernization Support

ID: N6449825R0015 • Type: Sources Sought

Description

THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential firms capable of providing the supplies/services described herein prior to determining the method of acquisition.

SOURCES SOUGHT DATE: 6 November 2024

CONTRACTING OFFICE ADDRESS: N64498

NAICS CODE: 336611 1,300 Size Standard

CLASSIFICATION CODE (PSC/FSC): R425

INCUMBMENT: Contracts and Contractors listed below

N64498-21-D-4023 by Amee Bay

N64498-21-D-4024 by American Systems

N64498-21-D-4025 by Continental Tide

N64498-21-D-4026 by Delphinus

N64498-21-D-4027 by Epsilon

N64498-21-D-4028 by GDIT

N64498-21-D-4029 by LPI

N64498-21-D-4030 by Oceaneering

N64498-21-D-4031 by QED

PREVIOUS STRATEGY: Multiple-Award Contract (MAC) CPFF Task Orders (TO)

TECHNICAL CODE: 50

ANTICIPATED AWARD DATE: 16 October 2025

RESPONSE DATE: 21 November 2024

ANTICIPATED SET-ASIDE: TBD

CONTACT POINTS: Chris Letts (Christopher.j.letts2.civ@us.navy.mil)

Contract Type A non-performed based Cost-Plus-Fixed-Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) contract is anticipated.

Period of Performance The performance period will span five years from the date of award; and include a base period of 12-months and four 12-month ordering periods. Performance is anticipated to begin on or after 30 May 2025.

Facility Security Clearance The Facility Security Clearance (FCL) requirement for this procurement is SECRET. Although it is not required at time of award, it shall be obtained within 45 days after award.

Work Location Requirements Location of shipboard work may require the contractor to travel to CONUS or OCONUS locations. The contractor shall be prepared to provide all necessary resources in locations worldwide. The majority of installation locations are accomplished within the Norfolk, VA and/or San Diego, CA regions; therefore, contractors are to maintain their main offices in one or both of these areas. In addition, the work is also accomplished at Mayport, FL; Bremerton, WA; Charleston, SC; Alameda, CA; Pearl Harbor, HI; Panama City, FL; Baltimore, MD, Manama, Bahrain; Sydney, Australia; Gdynia, Poland; Rota, Spain; Yokosuka, Japan; and Sasebo, Japan.

Scope The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking sources to provide Naval Surface Warfare Center Philadelphia Division (NSWCPD) the ability to support various Navy Modernization Programs utilizing the Alteration Installation Team (AIT) process. This effort shall provide blue collar installation and technical services for upgrading Hull, Mechanical and Electrical (HM&E) systems and deploying technologies which improve availability, increase reliability, ship mission readiness, and decrease maintenance and workload requirements for machinery systems and components. The target platforms of installation are primarily on active and reserve U.S. Navy ships, Foreign Military Sales (FMS) platforms, U.S. Coast Guard ships, land-based test sites, and other government agencies. The SOW outlines all general contractor requirements and will be supplemented by specific work statements in individual task orders. Task orders will vary in the level and complexity of requirements, from full scope of the technical services of this SOW to narrow portions of the SOW.

It is anticipated 171,050 man-years of technical support will be needed in the base year, 171,050 man-years in year two, 171,050 man-years in year three, 171,050 man-years in year 4, and 171,050 man-years in year 5 for a total of 855,250 man-years.

Capability Statements:

Interested businesses are invited to submit capability statements, not to exceed five (5) double spaced, single-sided pages in length, demonstrating their ability to fulfill this requirement. Capability Statements must address, at a minimum the following:

Section 1: Introduction. Identify the Sources Sought Number and Title

Section 2: Corporate Description.

  • Name of Company and address
  • Ownership, including whether Small Business or 8(a)
  • Points of contact, including: Name, title, phone, and e-mail address
  • CAGE Code and DUNS Number

(1) A complete description of the offeror's capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government's objectives as stated in the attached SOW,

(2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort,

(3) Demonstrated ability to obtain security clearances at the time of contract award or within 45 days for all personnel expected to provide support in accordance with the above requirement;

(4) Confirm the company has a DCMA approved Accounting System

Section 2. Past/Current Performance. Suggested language: Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the Draft SOW

Section 3. Technical Response. Provide a detailed technical response that addresses the tasks identified in the Draft SOW Information should include:

  • Contractor's Facility Clearance (SECRET)
  • Statement regarding capability to obtain the required industrial security clearances for personnel
  • The contractor's ability to manage, as a Prime contractor, the types and magnitude of all tasking in the SOW
  • Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost with its' own employees in accordance with FAR 52.219-14
  • The contractor's capacity, or potential approach to achieving capacity, to execute the requirements of the SOW. This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified
  • Contractor's ability to begin performance upon contract award.
  • A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts.

Attachment (1) DRAFT Statement of Work (SOW)

Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence.

Note: Prior to the award of a cost-type contract, the Federal Acquisition Regulation (FAR) SubPart 16.301-3(a) requires that the contractor's accounting system be determined adequate for considering costs applicable to the contract or order. No telephone responses will be accepted. No contractor response received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. Questions or comments submitted via email to Christopher.j.letts2.civ@us.navy.mil. Responses must be received no later than 12:00pm EST on 21 November 2024 by e-mail to Christopher.j.letts2.civ@us.navy.mil

Milestones It is anticipated that procurement milestones will occur on or around the following dates:

Set Aside Determination/Synopsis Issued: 3 January 2025

Solicitation Issued: 17 January 2025

Solicitation Closed: 14 February 2024

Award Date: 16 October 2025

Performance Start: 1 November 2025

NSWCPD will only accept electronic unclassified submission of responses. Responses shall be sent to the Contract Specialist, Chris Letts, at Christopher.j.letts2.civ@us.navy.mil with the subject line "N6449825R0015" All responses shall be submitted no later than 12:00PM EST on 21 November 2024.

This RFI is for market research purposes only and does NOT constitute a Request for Proposal (RFP). This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This RFI Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes.

The Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned.

Background
The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is a Department of Defense entity responsible for research and development, test and evaluation, engineering, and fleet support for the Navy’s ships, submarines, military watercraft, and unmanned vehicles.

This contract aims to support various Navy Modernization Programs utilizing the Alteration Installation Team (AIT) process. The mission of NSWCPD is to transition Hull, Mechanical, and Electrical (HM&E) machinery technology to the U.S. Navy active/reserve Fleet while supporting various sponsors for Department of Defense and Navy Modernization Programs. This includes developing and executing Ship Changes (SCs) and SHIPALTs (Ship Alterations) to maintain system/equipment readiness in a cost-effective manner.

Work Details
The contractor will provide blue-collar installation and technical services for upgrading HM&E systems on U.S. Navy ships, Foreign Military Sales platforms, U.S. Coast Guard ships, land-based test sites, and other government agencies. The scope includes:
- Support for maintenance, repair, major fleet-funded or program office modernization programs.
- Integration and modification of shipboard and shore-based systems.
- Services including prefabrication/fabrication, system/equipment pre-install checkout (PICO), post-install assessment, shipboard installations, Integrated Logistics Support (ILS), material support, Quality Assurance (QA) inspection, engineering technical support, and completion documentation.
- Task Orders for ship/system maintenance and repair services that conform to NSWCPD command repair processes.
- Anticipated man-years of technical support: 171,050 man-years annually over five years totaling 855,250 man-years.

Period of Performance
The performance period will span five years from the date of award; including a base period of 12 months followed by four 12-month ordering periods. Performance is anticipated to begin on or after 30 May 2025.

Place of Performance
The primary place of performance will be at government facilities in Philadelphia, PA or other specified government locations worldwide. Major installation locations include Norfolk, VA; San Diego, CA; Mayport, FL; Bremerton, WA; Charleston, SC; Alameda, CA; Pearl Harbor, HI; Panama City, FL; Baltimore, MD; Manama, Bahrain; Sydney, Australia; Gdynia, Poland; Rota, Spain; Yokosuka and Sasebo in Japan.

Overview

Response Deadline
Nov. 21, 2024, 12:00 p.m. EST Past Due
Posted
Nov. 6, 2024, 3:51 p.m. EST
Set Aside
None
Place of Performance
Philadelphia, PA 19112 United States
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Low
Est. Value Range
Experimental
$50,000,000 - $150,000,000 (AI estimate)
Odds of Award
45%
Vehicle Type
Indefinite Delivery Contract
On 11/6/24 NSWC Philadelphia Division issued Sources Sought N6449825R0015 for Ship Control Systems, Steam, Machinery, and Auxiliary Propulsion Maintenance/Modernization Support due 11/21/24. The opportunity was issued full & open with NAICS 336611 and PSC R425.
Primary Contact
Name
Christopher Letts   Profile
Phone
(267) 588-7166

Documents

Posted documents for Sources Sought N6449825R0015

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought N6449825R0015

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N6449825R0015

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N6449825R0015

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA WARFARE CENTER > NSWC PHILADELPHIA DIV
FPDS Organization Code
1700-N64498
Source Organization Code
500020522
Last Updated
Dec. 7, 2024
Last Updated By
christopher.j.letts2.civ@us.navy.mil
Archive Date
Dec. 6, 2024