Federal Bid

Last Updated on 11 Jul 2019 at 1 AM
Sources Sought
San diego California

Landing Craft Utility (LCU) -1646 Dryberthing Phased Maintenance Avaailability (DPMA)

Solicitation ID N55262-15-R-0026
Posted Date 17 Apr 2015 at 7 PM
Archive Date 10 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location San diego California United states 92136
 

 

This is a sources sought notice for information and acquisition planning purposes.  This is not a request for proposal (RFP) and a formal solicitation is not available at this time.  This notice does not constitute a commitment by the Government to issue an RFP, contract or order.  The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided.

 

Southwest Regional Maintenance Center (SWRMC) is seeking vendors (small business) that can provide management, administrative and production services, material, tools, equipment, and required support to accomplish the Dryberthing Phased Maintenance Availability (DPMA) for United States Navy Landing Craft Utility (LCU) 1646 at the contractor's facility along the west coast.

 

The Contractor will be required to provide all labor services and material in accordance with the attached specification package and all applicable Government specifications and regulations.

 

SWRMC is contemplating award of one firm fixed price contract for the scope of work specified above.  The applicable NAICS code is 336611 Ship Building and Repair.

 

Interested vendors should submit a capabilities statement (not to exceed five pages) that demonstrates their capability to perform the services described herein. The capabilities statement shall include:

 

  • Company name
  • Address
  • Business size (small, small disadvantaged, 8(a), women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned) [more than one category may be selected as applicable]
  • Point of contact (POC) information for the interested firm
  • Company's technical capabilities
  • If your company has an approved Quality Management System (in accordance with NAVSEA Standard 009-04).

 

The capabilities statement should also identify, by contract number, past or current contracts and/or subcontracts that were awarded to your firm, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a point of contact for the customer/recipient of the work performed. The Government will evaluate each respondent's capabilities statement to determine if the respondent has the requisite experience to complete the requirements described herein.

 

No telephone inquiries will be accepted.  The Government does not commit to providing a response to any comment or questions.  No basis for a claim against the Government shall arise as a result of this announcement.  Responses should be received no later than 1 May 2015. All responses should be forwarded to Shemeka Johnson-Jenkins, email: [email protected], and Mr. Roderick Rioveros, email: [email protected].

 All possible West coast area sources must hold an Agreement for Boat Repair (ABR) under DFARS 217.71, or are qualified for and willing to enter an agreement, shall be considered by this agency.  Firms which do not possess an ABR are inelgible for award unless adequate time exists to permit the Navy to perform an assessment of the ABR application without impacting the vessel's availability dates.

Bid Protests Not Available