Inactive
Notice ID:N61331-19-CH-01
The purpose of this Sources Sought announcement is to identify sources capable of providing support for this effort. The information received will be used to determine if the whole requirement, or a p...
The purpose of this Sources Sought announcement is to identify sources capable of providing support for this effort. The information received will be used to determine if the whole requirement, or a portion of the requirement, can be set aside for small business, 8(a) business development participants, HUBZone small business concerns, service-disabled veteran-owned small business concerns, economically disadvantaged women-owned small business concerns or women-owned small business concerns eligible under the Women-Owned Small Business Program." Responses from small businesses are highly encouraged. The Naval Surface Warfare Center, Panama City, FL (NSWC PC) intends to issue a solicitation for crew support, operation and maintenance of the Seafighter (FSF-1). The SeaFighter (FSF-1) is a wave-piercing catamaran (262 ft long/950-ton displacement/15 ft draft) powered by a Combined Diesel or Gas (CODOG) powerplant. SeaFighter will operate as a technology demonstrator/risk reduction platform homeported at Naval Support Activity (NSA) Panama City, FL. This requirement is for a contractor to provide the crew required to operate and maintain the FSF-1 during systems test and experimentation and during transit between ports. The DRAFT Performance Work Statement (PWS) attached to this Sources Sought Announcement outlines the specific level of support required. Note that the PWS is only a draft and may change when the solicitation is issued; however, the core requirement will not change. Interested 8a and small businesses concerns should review the attached draft PWS and submit capability statements reflecting their company's capabilities to provide the effort described in the PWS. The anticipated NAICS code is 488310 - Port and Harbor Operations with a size standard of $38.5M. The anticipated solicitation will contain a 12-month base period plus four 12-month option periods for a total period of performance of 60 months, if all options are exercised. Interested companies should include the following information in their responses: (1) CAGE CODE (2) List the type and length of your company's experience operating and maintaining a vessel of this size. (3) Name and address of firm; (4) Size of business including average annual revenue for past three years, number of employees, and type of small business (8 (a), Women-Owned, HUB-Zone, Veteran- Owned, Service-Disabled-Veteran-Owned Business); (5) Ownership including Country of Ownership, Central Contractor Registration (CCR) information, and DUNS Number, if available; (6) Number of years in business; (7) Point of contact including: name, title, phone, fax, and e-mail address. There is no specific format or outline submittals must follow. Summaries should be no longer than 5 pages in length. The current contract is N61331-15-C-0025 and the incumbent is Y-Tech Services Inc. Submit responses to Courtney Henslee, Contract Specialist, via e-mail at courtney.henslee@navy.mil and the Contracting Officer, Jenetta Langston at jenetta.langston@navy.mil no later than 20 May 2019, 4:00 pm CDT. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider 8(a) competitive or any type of small business set-aside based on responses hereto. This sources sought closes on 20 May 2019, 4:00 pm CDT.