Fleet Logistics Center (FLC) Puget Sound is posting a sources sought synopsis as a means of conducting market research. The intention is to identify parties having an interest and recourse to support the requirement for corrective and emergent diesel engine maintenance on the following classes of ships: LPD-17, LSD-41/49, LHD-1 and LHA-6 for PC 2.5, 12/PA6B, Fairbanks Morse OP 38ND8-1/8 and ALCO 251E diesel engines. Place of performance will be located in Forward Deployed Naval Forces - Japan (FDNF-J) (Sasebo, Yokosuka and Okinawa) via an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract.
The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611, Ship Building and Repair, with a small business size standard of 1,250 employees.
The results of the market research will contribute to the decision to award this contract as a multiple or single award IDIQ. The results will also contribute to the determination that only one responsible source exists or if other sources have the required capabilities and interest. No feedback or evaluations will be provided, via telephone or otherwise, regarding any submissions on this sources sought announcement.
Description of Supplies/Services The purpose of this acquisition is to provide lifecycle maintenance, emergent repairs/assessment, and in-service support on board multiple vessels.
Pertinent Equipment/Service Information:
Within the scope of this contract, the contractor must provide engineering, technical, field service, tooling, program and logistics support necessary to support SRF-JRMC’s efforts to effectively execute the Surface Ship Diesel Readiness & Sustainment Program.
Service Contract Reporting may apply at the Delivery/Task order level to any Delivery/Task order exceeding $3 million.
The interested vendor shall:
Provide all services to include: personnel, facilities, expertise, technical documentation, special tools, supplies and incidental materials necessary to execute the performance requirements detailed in the Performance Work Statement (PWS). This includes damage assessment, failure analysis efforts, and conducting shipboard/in-shop maintenance and repair efforts.
1. Failure Analysis: The contractor must provide qualified technical personnel to accomplish failure analysis of engines, which will include both onsite and remote technical services to support the surface fleet. The contractor can be expected to provide the following efforts in support of failure analysis events but not limited to:
2. Engine Overhaul and Refurbishment The contractor must provide qualified technical personnel and all tooling required to accomplish the renewal and/or refurbishment of the MPDEs and SSDGs.
3. Component and Subassembly Overhaul/Refurbishment The contractor must provide qualified technical personnel and all tooling required, and parts to accomplish overhaul and/or refurbishment of MPDE, SSDG and SSDG/EDF components and subassemblies.
Items to be overhauled/refurbished include, but are not limited to the following MPDE, SSDG, and SSDG/EDG components and subassemblies:
This is not a complete list.
4. Major and Minor Repairs to Engines, Generators and Support Systems The contractor must provide qualified technical personnel and all tooling/equipment to accomplish emergent minor and major repairs to MPDEs and SSDGs.
Minor repairs include but are not limited to:
Major repairs include but are not limited to:
5. Lifecycle Maintenance The contractor must provide qualified technical to accomplish MPDE, SSDG and SSDG/EDG lifecycle maintenance.
6. Deliverables The contractor must provide all products, documentation, data files and masters for products/reports etc developed to support this requirement. These will be the property of the Government and must be turned over to the Contracting Officer Representative and FLCPS upon request or at the completion of the task order. Deliverables must be developed and submitted in accordance with current fiscal year of the NAVSEA Standard Items and the specific requirements of each TO Both electronic and hard copy deliverables may be required. Work products must be submitted in media (e.g., DOC, XLS, PDF, etc.) as mutually agreed upon prior to submission. Unless otherwise specified, deliverable products may be in contractor format.
7. Security Defense Biometric Identification System (DBIDS) for vendor base access Vendor’s requesting base access must go to the following website and register: http://dbids.dmdc.mil/#!/. Vendor’s must request for base access as soon as possible after receiving award to ensure that all employees base access request(s) are approved before the start of the contract’s period of performance.
8. Travel Both CONUS and OCONUS travel may occur during the performance of this award. All travel will be in accordance with the governing regulations (GSA,DOD, JTR, etc).
Submission Instructions Interested parties who consider themselves qualified to perform this
requirement are invited to submit a response to this Sources Sought Synopsis Announcement no later than 12:00 PM Pacific 09 November 2021. All responses to this notice shall be emailed to Tiffany Wu at [email protected].
If your organization has the capability to perform all the stated requirements, please provide the following information:
1. Organization name, address, Cage Code, email address, website, telephone number, large or
small business size status under NAICS Code 336611, and
2. Tailored capability statement addressing the particulars of this effort, with appropriate
documentation supporting claims of capability. If significant subcontracting or teaming is
anticipated in order to perform these services organizations should discuss the administrative and
management structure of such arrangements.
THIS IS NOT A REQUEST FOR PROPOSAL. This request for sources sought does not constitute a request for proposal; submissions of any information in response to this market survey is purely voluntary and the Government assumes no financial responsibility for any costs incurred.