Federal Bid

Last Updated on 19 Feb 2019 at 9 AM
Sources Sought
Location Unknown

Post Delivery Availability (PDA) for DDG 1002

Solicitation ID N00024-19-R-2301
Posted Date 18 Jan 2019 at 9 PM
Archive Date 19 Feb 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navsea Hq
Agency Department Of Defense
Location United states
 

The Naval Sea System Command is issuing this sources sought / request for information as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the Post Delivery Availability (PDA) for DDG 1002 (PCU Lyndon B. Johnson). The result of this market research will contribute to determining the method of procurement. The area of consideration is the East, West and/or Gulf coasts. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611 Ship Building and Repairing.

 

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. 

 


If your organization has the potential capacity to perform the above described efforts, further detailed in Appendix 1, please provide the following information: 1) Organization name, address, e-mail address, web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming (>20%) is anticipated in order to deliver technical and industrial capability, organizations should address the administrative and management structure of such arrangements.

 

The Government will evaluate market information to ascertain potential market capacity to 1) provide efforts consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of personnel and risk mitigation.

 

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION.  If you are a small business, include a description of your plan to meet the requirements listed in Appendix 1 within the capability statement portion of your submission.  Attention is also directed to FAR 52.219-14 - Limitations on Subcontracting.  Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

 

Submission Instructions: Interested parties who consider themselves qualified to perform the objectives herein described efforts are invited to submit a response to this Sources Sought Notice by 1500 EDT on 04 February 2019. All responses under this Sources Sought Notice must be emailed to [email protected] and [email protected], Subject: Solicitation N00024-19-R-2301.

 

If you have any questions concerning this opportunity please contact [email protected] and [email protected], Subject: Solicitation N00024-19-R-2301.

 

Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider.

 

Please choose one of the methods below to submit your response:

 

1. For electronic file sizes fewer than 5 MB send by email to [email protected] and [email protected], Subject: Solicitation N00024-19-R-2301.

 

2. Submit digital copies of files on CD or DVD by mail. Include two digital copies (e.g., 2 CD's or 2 DVD's). Mailing address: Naval Sea Systems Command, Attn: Ms. Ivy Hosokawa, 5W-1821, 1333 Isaac Hull Ave SE, Washington, DC 20376. Please label your package with the solicitation number N00024-19-R-2301. 

 

Note: The preferred method of sending in responses is through email, however, responses will be accepted by mail as described above.
APPENDIX 1: Purpose and Objectives

 

The purpose of this contract is to provide management, labor, material and facilities, as required, to accomplish Ship Post Delivery Availabilities (PDA) and Emergent Work onboard DDG 1002 (Lyndon B. Johnson). The PDA is intended to complete the installation of the Combat Systems equipment, complete fitting out, and to correct design-related deficiencies to support Combat Systems Activation (CSA). A separate Planning Yard will manage a comprehensive process for work specification development, material procurement, fabrication, and kitting to support PDA and Emergent work. The execution efforts for the PDA, exclusive of any emergent work, will take approximately 600,000 labor hours on DDG 1002 and will last approximately 64 weeks.  Emergent work is estimated at 60,000 labor hours.  Work is expected to begin in late 2020.

 

For information purposes, the breakdown by craft/trade set forth below reflects the Navy's anticipated labor mix required to accomplish the total PDA work packages and program execution for DDG 1002:

 

CRAFT/TRADE                                 PERCENTAGE OF TOTAL LABOR

 

Program Management                                                   15%

Shipfitters/Welders                                                       27%

Machinists                                                                       9%

Preservationists/Safety                                                    3%

Electrical/Electronic                                                     22%

Pipefitters                                                                      10%

Painters                                                                          5%

Riggers/Crane                                                                 5%

Sheet Metal                                                                     4%             

            Total                                                                            100%

 

 

The following summarize the major requirements contemplated for the above outlined scope of work:

 

•1.      Management, Planning, Engineering, Design, Liaison, Scheduling:

 

The separate Planning Yard will manage a comprehensive process for work specification development, material procurement, fabrication, and kitting.  The DDG 1002 PDA Contractor is responsible for detailed schedule integration, manning resource allocation, material management, and execution of work items.  Also, the contractor will need to incorporate emergent work as identified during various tests and inspections into the scheduled availabilities.

 

•2.      Labor and Material:

 

Efforts include those craft/trade categories listed above in the percentage of total labor breakdown.  Material kits will be delivered to the Contractor as Government Furnished Material (GFM) in advance of the PDA, and pre-staged by the Contractor in their warehouse, in preparation for PDA.  Material provided by the executing yard will include incidental, or consumable materials, such as nuts, bolts and washers, pipe insulation, welding rods, pipe hangers, paint brushes, cable hangers and studs, cable stuffing tubes and fittings, and any contractor furnished material required to accomplish work.  Note:  The Contractor will conduct tests, except those designated as Government responsible, and participate in Post Repair Sea Trials to verify the accuracy and completion of all shipyard industrial work.

 

•3.      Facilities:

 

The following facilities will need to be provided in order to execute the PDA scope of work: (1) Production Shops; (2) Secured and controlled environmental facilities for combat systems and electronics; (3) Warehouse/storage facilities to accommodate pre-positioning and long lead time material; and (4) a dry dock capable of accommodating the DDG 1002 (Length: 610 ft, Beam 80.7ft).  Please describe your available facilities or your plan to secure necessary facilities.

 

•4.      Past Performance:

 

Please describe relevant and comparable prime contract and subcontract work. Please include any past experience working with new ship construction, ship repair and electrical systems integration, especially regarding any amphibious and surface combatant availabilities within the last three years. Emphasis will be placed on industrial efforts with significant work package growth that demonstrate an offeror's ability to successfully accomplish large, dynamic and intensive availabilities.

 

•5.      Additional Requirements:

 

Due to the prospective dollar value and contract type of this potential contract, it is expected that the potential contract will contain requirements for an acceptable Accounting System (DFARS 252.242-7006).

Bid Protests Not Available

Similar Past Bids

Pascagoula Mississippi 08 Feb 2021 at 1 PM
Location Unknown 07 May 2014 at 8 PM
Tewksbury Massachusetts 02 Sep 2009 at 5 PM

Similar Opportunities

Tinker air force base Oklahoma 30 Jul 2025 at 7 PM
Tinker air force base Oklahoma 30 Jul 2025 at 7 PM
Tinker air force base Oklahoma 30 Jul 2025 at 7 PM
Tinker air force base Oklahoma 30 Jul 2025 at 7 PM