Hull, Mechanical and Electrical (HM&E) Machinery and Systems Services

expired opportunity(Expired)
From: Federal Government(Federal)
21-CTW-002

Basic Details

started - 28 Feb, 2022 (about 2 years ago)

Start Date

28 Feb, 2022 (about 2 years ago)
due - 03 Mar, 2022 (about 2 years ago)

Due Date

03 Mar, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
21-CTW-002

Identifier

21-CTW-002
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708180)DEPT OF THE NAVY (156827)NAVSEA (28091)NAVSEA WARFARE CENTER (18924)NSWC PHILADELPHIA DIV (3551)

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 Notice for N64498-22-R-4004Provide Engineering Support for the Naval Surface Warfare Center Philadelphia Division (NSWCPD) Codes 41 and 43 Hull, Mechanical and Electrical (HM&E) Machinery and Systems ProgramScope – The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking sources to provide The Statement of Work establishes the requirement for engineering and technical services to include: design, development, build, and testing support; prototype engineering; technology insertion; development and revision of performance specifications and technical documentation; performance and data analysis; system safety and fault analysis; system integration; installation support; computer programming and software engineering; software verification and validation; Integrated Logistics Support (ILS) document preparation and system training development; program management and presentation support; and on-site technical support, alteration services, Integrated
logistics, system certification support and staging in support of surface fleet, submarine, and shore-based installations in support of HM&E machinery and systems, other Federal Agency vessels, federally contracted vessels and platforms, selected maritime agency vessels, and select land-based sites.It is anticipated 570,240 hours of technical support will be required in the base year, 570,240 hours in year two, 570,240 hours in year three, 570,240 hours in year four, and 570,240 hours in year 5 for a total of 2,851,200 hours.Incumbent – This work is currently being performed under the NSWCPD Code 41/43 Multiple Award Contracts (MACs) as follows: N6449818D4017 - HII Fleet - $337,933,499N6449818D4018 - Delphinus - $356,681,184N6449818D4019 - Epsilon Systems - $385,896,144N6449818D4020 - GDIT - $367,209,298N6449818D4021 - QED Systems - $360,588,151Contract Type – The resultant contract(s) will be a Cost-Plus-Fixed-Fee (CPFF), Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Contract (MAC) with Firm-Fixed-Price (FFP) ordering provisions. The resultant contract(s) will also include provisions to allow for Level of Effort (LOE) and Term (Completion) type Task Orders. The Government intends to issue contracts to each and all qualifying Offerors.Ordering Period/Period of Performance – The ordering period will span five years, and Performance is anticipated to begin 14 September 2023.Personnel Security Clearance – All personnel performing under this requirement shall possess a SECRET level security clearance. Facility Requirements – The contractor is required to maintain a Facility Security Clearance (FCL) in accordance with the DD254 to perform certain work under the contract. Although it is not required at time of award, it shall be obtained within 250 days after award.This sources sought is being issued for the purpose of identifying those small businesses with the required expertise that might be interested in responding to a formal solicitation.  Interested small businesses are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, describing their ability to fulfill this requirement.  Capability Statements must include the following:(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 Statement of Work (SOW);(3) Demonstrated ability to obtain security clearances at the time of contract award for all personnel expected to provide support in accordance with the above requirement;(4) A summary of previous Corporate Experience relevant to the SOW obtained within at least the last five (5) years together with applicable Government contract numbers and Government technical and contract points of contact with current telephone numbers;(5) A corporate roadmap on how labor categories not currently fulfilled by existing company personnel plan to be filled by the contract award date;(6) Any potential subcontracting arrangements being considered at this time.  If subcontracting is contemplated, the capabilities statement shall contain sufficient information concerning the planned subcontracting arrangements to assure the Government that the limitations in FAR 52.219-14 can be met.  These limitations require that at least 50% of the cost of contract performance incurred for personnel will be expended for employees of the prime contractor.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 task order, 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.  Responses must be received no later than 2:00pm EST on 03 March 2022 by e-mail to craig.t.wright.civ@us.navy.mil.

,
   USALocation

Place Of Performance : N/A

Country : United States

Classification

naicsCode 541330Engineering Services
pscCode R425Engineering and Technical Services