USS COMSTOCK (LSD 45) Dry Docking Selected Restricted Availability (DSRA)

expired opportunity(Expired)
From: Federal Government(Federal)
N00024-20-R-4405

Basic Details

started - 26 Sep, 2019 (about 4 years ago)

Start Date

26 Sep, 2019 (about 4 years ago)
due - 11 Oct, 2019 (about 4 years ago)

Due Date

11 Oct, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
N00024-20-R-4405

Identifier

N00024-20-R-4405
Department of the Navy

Customer / Agency

Department of the Navy

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Sources Sought AnnouncementUSS COMSTOCK (LSD 45) Dry Docking Selected Restricted Availability (DSRA)Solicitation Number: N00024-20-R-4405Agency: Department of the NavyOffice: Naval Sea Systems Command (NAVSEASYSCOM)Location: NAVSEA HQThis is a sources sought announcement in accordance with FAR 15.201 and in anticipation of a potential future procurement program. The Naval Sea Systems Command is conducting market research to determine industry capability and interest in performing the FY21 Dry Docking Selected Restricted Availability (DSRA) Chief of Naval Operations (CNO) availability on the USS COMSTOCK (LSD 45) on a Coast-wide (West Coast) solicitation. The Naval Sea Systems Command is especially interested in determining small business capability and interest.The Government is seeking responses from sources that can perform pier-side maintenance, repair, and alterations anticipated to be 3/22/2021-9/30/2022 (subject to change).The anticipated RFP release date is on or around
3/16/2020 (subject to change).The Government has provided an outline of some of the work anticipated to be completed under the expected FY21 DSRA as an enclosure to this sources sought document (see Enclosure (1). The anticipated contract type will be firm-fixed price.What/Where to Submit:I. Companies that already possess a current NAVSEA certified Master Ship Repair Agreement (MSRA) and Agreement for Boat Repair (ABR) should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact to Commander, Naval Sea Systems Command, Attn: Erica Fetter, SEA 02445. Please send your letter of interest and email it to the Contracting Officer Erica Fetter, erica.fetter@navy.mil , and the Contract Specialist, Shawnte Miles, SEA 02445M at shawnte.miles@navy.milII. with "USS COMSTOCK (LSD 45) FY21 DSRA Sources Sought Response" in the subject field and hand or digitally sign your letter of interest. The notice of interest should include the following information:1. The Name, CAGE, and DUNS code of company that intends to submit the proposal,2. Indicate an interest in submitting a proposal for solicitation N00024-20-R-4405III. Companies that do not already possess a NAVSEA certified Master Ship Repair Agreement (MSRA) and Agreement for Boat Repair (ABR) should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact to Commander, Naval Sea Systems Command, Attn: Erica Fetter, SEA 02445. Please send your letter of interest and email it to the Contracting Officer Erica Fetter, erica.fetter@navy.mil , and the Contract Specialist, Shawnte Miles, SEA 02445M at shawnte.miles@navy.mil with "USS COMSTOCK (LSD 45) FY21 DSRA Sources Sought Response" in the subject field and hand or digitally sign your letter of interest. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in Enclosure (1), and answers to the following specific questions. Please limit your response to no more than five (5) pages.1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,250 or less employees)?2. How many employees does your company have?3. Does your company have a website? If so, what is your company's website address?4. Does your company have access to a dry dock and pier capable of berthing USS COMSTOCK (LSD 45)5. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance.6. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? In addition to the previous question, please answer the following sub-questions:a. Does your company plan on obtaining a NAVSEA certified Master Ship Repair Agreement (MSRA)?b. Does your company plan on obtaining a NAVSEA Agreement for Boat Repair (ABR)?7. Given the complexity of the work described in this announcement, including Enclosure (1), please describe your company's historical experience completing work on similar systems at a similar complexity on the critical systems outlined in Enclosure (1), or briefly describe how your company would be capable of meeting these requirements as of contract award.Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government. NAVSEA may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. This sources sought announcement is released in accordance with FAR 15.201. This sources sought announcement is not a request for proposal. The purpose of this sources sought announcement is to gather information from the market place. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract.No telephone inquiries will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time.When to Submit: Responses are requested no later than 10/11/2019Notice Regarding Sources Sought: Please note that this sources sought is for information purposes and to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government of any kind.Other: The Government will not pay for any effort expended or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided.Future information, if any, will be posted at the website for FBO.Contracting Officer Address:NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Ave SE, Washington Navy Yard, DC 20376Point of Contact:Erica Fetter, SEA 02445 Contracting Officer, erica.fetter@navy.milShawnte Miles, SEA 02445M Contract Specialist, shawnte.miles@navy.mil Enclosure (1):I. Outline of some of the work anticipated during the USS COMSTOCK DSRAA. Generala. Competition Area: Coast Wide (West Coast)b. Rough Estimate Man-Days (including scope for Temporary Services):i. Maintenance Ship Yard~ 185,000ii. Maintenance (Alteration Installation Team (AIT), Government & Other 3rd Party Contractors)~ 1,800iii. Modernization Ship Yard~ 14,500iv. Modernization (AIT, Government & Other 3rd Party Contractors): 3,500c. Ship Particulars:i. Length: 609 ftii. Beam: 84 ftiii. Draft: 21 ftiv. Displacement: 16,360 tonsv. Mean Navigable Water depth draft: >25 ftvi. Air Draft: 181 ft 3 ¼ in.d. Facility Particulars:i. Pier Length: >610 ftii. Electrical: 4800 amps, 450 volts, 60 hz, 3 ph (UFC 4-150-02 table C-7)iii. Potable Water: 9500 GPD (UFC 4-150-02 Table C-4)iv. Sea Water: 1250 GPM (UFC 4-150-02 Table C-3), 150 PSI measured at the most remote outlet (UFC 4-150-02, Para 3-3.2.1) for firefighting waterv. Sewage: Ability to accommodate and dispose of 10,000 GPD of effluent and 10,000 GPD of waste watervi. Mean Pier Water depth draft: >33 ftvii. Dry Dock to support LSD 41 Class ShipB. The Availability's modernization scope will largely be the CANES HW 1.2 TECH REFRESH, LSD MIDLIFE MCS HW TECH REFRESH, LSD CLASS ERM HARDWARE INSTALL and MAIN REDUCTION GEAR (MRG) LUBE. This avail will be geared toward docking reset and tank structural repairs and preservation. The awarded contractor must be able to include and incorporate AIT integration. Government personnel, LLTM procurement, etc. in their Integrated Production Schedule (IPS). Key trades & efforts include: Structural welding, cabling pulling, piping, electrical and ventilation work if needed. Both the MSR and AIT will execute the structural/Industrial work. Further direction will be provided in the work specifications to define the work split. There is also a large tank and void package in this availability. Potential bidders should consider work schedules that may be required to execute the complete tank and void package within the existing availability duration. Additional modernization work is listed below:a. SA LSD 0041 71282 D 00 MAIN REDUCTION GEAR (MRG) LUBEb. SA LSD 0041 80897 K 00 NMT AN/WSC-9(V)XX Q/KA/c. SA LSD 0041 85030 K 00 GBS RBMd. SA LSD 0041 86222 K 00 NGF BACKFIT PHASE Ie. SA LSD 0041 86380 K 00 LSD MIDLIFE MCS HW TECH REFRESHf. SA LSD 0041 86950 K 00 S-IBS H/W TECH REFRESH (LHD/LSD)g. SA LSD 0041 90377 K 00 CANES HW 1.2 TECH REFRESHh. SA LSD 0041 91244 K 00 ATIP EBEM HARDWARE MODi. SA LSD 0041 92014 K 00 ICOP FULL INFRAS USMC TRANSMITj. SA LSD 0041 92642 K 00 LSD CLASS ERM HARDWARE INSTALLk. SA LSD 0041 93501 K 00 BFTT FST AT-SEA CONNECTIVITYl. SA LSD 0041 93554 K 00 DIGITAL RUDDER ANGLE INDICATIOm. SA LSD 0041 93698 K 00 EPLRS TRI-BAND ANTENNA MODIFICn. SA LSD 0041 93699 K 00 IRIDIUM ANTENNAo. SA LSD 0041 94058 K 00 EMUT MUOS REPLACEMENT ANTENNAC. The Availability's maintenance requirements are expected to include the following types of work:Hull Structure• Tank Preservation and Structural repairs.• Hull Structure, Bulkheads, Deck, and Platform repairs/modifications• Well Deck, Flight Deck, Vehicle Decks and Aircraft Hanger repairs/modifications• Condition-based repair and replacement of watertight doors, hatches, and scuttles.Propulsion Plant• Main Propulsion Diesel Engine repairs• Clutch and Coupling repairs.• Main Reduction Gear repairs.• Cooling Sea Water System repair.• Line Shaft Bearing repairs.• Condition-based repair to Lube/Fuel Oil Purifiers, pumps, valves and distribution systems.• Condition-based repair to Diesel Engine Uptake, Intake and Exhaust ducting and stacks.Electric Plant and Distribution Equipment• Condition-based repair/overhaul of Ship's Service Diesel Engine/Generator.• Condition-based repair of Electrical Power Distribution and Protective Devices.• Condition-based repair of Lighting Distribution.Command and Surveillance• General Equipment Foundation modifications• Degaussing repairs.Auxiliary Systems• Condition-based repair of Ventilation Fans, heaters, coolers, and intake/exhaust/recirculation ducting.• Condition-based repair to A/C and Refrigerant plants and distribution systems.• Condition-based repair to Sea Water, Fresh Water, Potable Water and Gray Water system pumps, valves, and distribution systems. Condition-based repair to CHT pumps, valves, and distribution systems.• Condition-based repair to Hydraulic system pumps, valves, and distribution systems.• Condition-based repair to Ballast/De-ballast systems.• Condition-based repair to Steering, Rudder, and Anchor Handling.• Condition-based repair to Boat and Landing Craft and Aircraft Handling Systems.• Condition-based repair and replacement of insulation and lagging.• Condition-based repair to Cranes and Davits.• Condition-based repair to Medium and Low Pressure Compress Air Systems.Outfit and Furnishings• Condition-based preservation of exterior and interior structure, bulkheads and fittings.• Condition-based replacement of Airport Windows, Hatches, Scuttles and Doors.• Condition-based repair and preservation of the Rails, Stanchions, Life Lines, Floor Plates and Gratings.• Condition-based replacement of deck covering and exterior deck non-skid.• Condition-based replacement of flight and hangar deck non-skid.• Condition-based replacement of hull insulation.Armament• Condition-based repair of Cargo/Weapons Elevator.• Reinstallation of RAM launcher foundation.• Condition-based repair of MK-46 gun systems.• Condition-based repair of repairs to RAM.Ship Assembly and Support Services• Services are directly related to availability, location, duration, and man-day determination. Man days can differ by region and whether the availability is performed in a public or private ship repair facility. Services are predominately driven by availability duration with the exception of cleaning and pumping (tanks and bilges), crane, rigging, and temporary refrigeration services which are more ship-specific.Key Maintenance Work Items (not all inclusive)• Fuel Oil Storage Tank, repair and preserve• Ballast Tank; repair and preserve• Fuel Oil Service Tank; repair and preserve• JP5 Fuel Oil Tank; repair and preserve• Contaminated Oil Tank; repair and preserve• Fuel Oil Contamination Tank; coating remove• CHT Tank; repair and preserve• Anchor Chain Locker and Sump; repair and preserve• Anchor hawse; repair• Lube Oil Storage Tank; repair• SSDG Engine/Generator; repair and overhaul• MPDE; repair/overhaul• Diesel Engine Exhaust Bolt replacement.• Main Reduction Gear (MRG) Lube Oil Cooler; clean and inspect• Rescue Boat and Cargo Boat Cranes repair.• Ventilation Duct Cleaning; accomplish• Flight Deck Nonskid; replace 

West Coast  United StatesLocation

Place Of Performance : West Coast United States

Country : United States

You may also like

Classification

336 -- Transportation Equipment Manufacturing/336611 -- Ship Building and Repairing
naicsCode 336611Ship Building and Repairing
pscCode JMaintenance, Repair and Rebuilding of Equipment: Ores, Minerals, and Their Primary Products