Marine Handling Systems (MHS)

Agency: DEPT OF DEFENSE
State: California
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159615754607090
Posted Date: Mar 28, 2024
Due Date: Apr 18, 2024
Solicitation No: N3943024RXXXX-CON74-MHS
Source: Members Only
Follow
Marine Handling Systems (MHS)
Active
Contract Opportunity
Notice ID
N3943024RXXXX-CON74-MHS
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
EXPEDITIONARY WARFARE CENTER
Office
NAVFAC SYSTEMS AND EXP WARFARE CTR
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 28, 2024 01:54 pm PDT
  • Original Response Date: Apr 18, 2024 12:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Port Hueneme , CA
    USA
Description

REQUEST FOR INFORMATION (RFI)



Anticipated Product Service Code (PSC): R425 Support: Professional Engineering/Technical



TITLE: Marine Handling Systems (MHS)



THIS IS A REQUEST FOR INFORMATION. There is no solicitation available at this time. This Request for Information (RFI) is to identify sources, technical approaches and existing solutions capable of delivering a Marine Handling System (MHS). This request is published for information, planning and Market Research purposes only for the anticipated requirement with the anticipated North American Industry Classification (NAICS) code of 541330, Exception 3, Marine Engineering and Naval Architecture Services, and SBA assigned size standard of $47.0M. The Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) is seeking information and qualified sources capable of providing engineering and design services in support of production, integration, and sustainment of existing and new shipboard heavy load handling systems. Work may be conducted at various locations worldwide (continental U.S., CONUS, and outside continental U.S., OCONUS).



KEY REQUIREMENTS



Existing capabilities of particular interest for this solicitation include: proven production quality control processes; test planning to include technical verification of engineering concepts, objectives, and thresholds that go beyond operational readiness; control engineering support to include system design and development of new systems as well as sustainment of existing systems; mechanical and structural finite element analysis; and holistic system sustainment management.





The Government is interested in the existing capacity of firms/teams to support multiple simultaneous task orders while still meeting the requirements of the contract for prime contractor performance. This includes capacity to concurrently support more than two production task orders for full handling systems with multiple subsystems in addition to sustainment and design task orders. The Government is also interested in potential capacity using innovative approaches to meet requirements. This includes capacity to meet the breadth of labor categories across several engineering and technical disciplines.



OTHER INFORMATION



It is anticipated that any future award would have a duration of five years from the date of an initial contract award. A minimum guarantee of $10,000 for the entire contract term, including option years, will be satisfied by the award of an initial Task Order. Multiple Task Orders may be awarded with similar delivery schedules requiring the firm to provide services with overlapping work/delivery dates.





Individual Task Orders are expected to range, on average, between $300,000 and $3,000,000.



The purpose of this Request for Information is to identify interested/qualified sources.



RESPONSE INSTRUCTIONS



The Government welcomes all inputs, suggestions, and approaches from firms on how these requirements and capabilities can be met under a new contract or any feedback regarding a current contract that could possibly meet this requirement. Specifically, EXWC seeks input with regards to the following in addition to any other areas identified by your firm:





-What barriers or opportunities exist to engage the necessary subject matter experts from industry and academia and how can those barriers be overcome?



-What should be considered to encourage full participation and contribution of organizations and individuals (e.g., outreach efforts and innovative partnerships) in performance of this requirement?



-How will your firm/team support EXWC in our mission to drive better technical solutions and innovative approaches to the design, production, and sustainment of handling systems?



-How can EXWC communicate a better understanding of the technical requirements to increase competition and broaden and diversify its partner base at the prime and subcontractor levels?



-What experience does your firm have with tools, programs, and/or best practices to support the technical requirements of this notification and what other tools might your firm and EXWC benefit from?



- Feedback on recommended Contract Type (i.e. FFP, Cost Reimbursable)



- Feedback on new or existing Contract Vehicle (existing vehicle, Multiple Award Contract, Single Award)



- Feedback on whether this contract is suitable for Seaport-NxG. Please include reasons why or why not, and if the firm would propose on Seaport-NxG.



- Feedback on recommended NAICS code



- Feedback on recommended CLIN structure



- Duration to Completion (i.e. 60 months)



- Feedback on industry standards on price proposal templates, content, or cost elements







At a minimum, provide the following information in your submittal:



1) Name and address of company and contact information/point of contact.



2) Statement of whether your company is / is not currently a SeaPort-NxG contract holder.



3) CAGE code and Unique Entity ID (UEI).



4) Only a single brief statement of qualifications (not to exceed seven [7] total pages) is requested to include any information that clearly demonstrates your capabilities, expertise, and experience to perform and manage the requirements. General marketing material may be included but must fall within the (7) page submittal requirement.



5) A statement as to small business program size status relative to the above NAICS Code and category (Small Business, Small Disadvantaged Business, 8(a), HUBZone, Woman-Owned, Service Disabled Veteran-Owned, or other).



6) Identification of any existing contract vehicles currently in place which may be used and fit the proposed contract scope.



7) Short explanation regarding approach to managing multiple projects across the breadth of disciplines described herein.



8) Possible teaming arrangements: If you are responding as a prime contractor, provide anticipated subcontractors and their business size under the identified NAICS code. If you are responding as any other business or teaming entity, please identify the entity and the business size under the NAICS code, if known (eg: Partnership, Joint Venture, LLC).



Should the Government determine that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, provide specific details and rationale as to how compliance with FAR clause 52.219-14 will be achieved, including specific details regarding teaming arrangements, and, if subcontracts are to be used, provide the anticipated percentage of the effort to be subcontracted.



The Government will neither award a contract solely on the basis of this Request for Information nor will it reimburse the respondent for any costs associated with preparing or submitting a response to this notice or any follow-up information requests.





This Request for Information does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), and is not to be considered as a commitment by the Government for any purpose other than market research, nor does this issuance restrict the Government’s acquisition approach. Respondents will not be notified of the results of the evaluation.



The Government recognizes that proprietary data may be a part of your submittal. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. All submittals received will be reviewed for informational purposes. The Government reserves the right to independently verify all information submitted. Submit required information electronically to the following Government personnel:





Earnest Leonard, Contract Specialist



earnest.e.leonard.civ@us.navy.mil





Carolyn Contreras, Contracting Officer



carolyn.m.contreras.civ@us.navy.mil


Attachments/Links
Contact Information
Contracting Office Address
  • EXPEDITIONARY WARFARE CENTER 1000 23RD AVE
  • PORT HUENEME , CA 93043-4301
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 28, 2024 01:54 pm PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >