Inactive
Notice ID:N6449819R4063
The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is conducting a market survey of potential sources who may be interested in providing support services for the storage, overhaul, asses...
The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is conducting a market survey of potential sources who may be interested in providing support services for the storage, overhaul, assessment, repair, and industrial activity to make Ready for Issue (RFI) critical steam plant boiler appurtenances under Fleet critical spares and NAVSEA 2S COG Programs. Support may include establishment, refurbishment, and maintenance of rotatable pools of critical boiler appurtenances and associated equipment and spares, material procurement to support rotatable pools, and support for rotatable pool/critical spares warehousing operations. Naval Sea Logistics Center (NSLC) will house and be responsible for RFI and Non-RFI Spares. The resultant contractor shall provide temporary material staging areas for non-RFI items and critical spares in various conditions, to include MIC Level I storage capabilities in accordance with NAVSEA requirements, during the assessment and refurbishment periods. The resultant contractor shall provide equipment shipping and receiving services to CONUS/OCONUS destinations including Naval Bases, Naval Shipyards, training facilities, other RMCs and other Government activities, privately owned shipyards, Original Equipment Manufacturers (OEM) and OEM Authorized Subcontractors Venders/Distributors. The contractor will perform identification, condition assessments, and labeling as per the direction of a Government representative. The contractor will provide list(s) of repair parts required to make equipment, systems and materials Ready for Issue (RFI). The contractor will utilize government certified and approved repair facilities and coordinate with repair depots to repair, overhaul (class "B") and refurbish components and spares to achieve RFI condition. The contractor shall maintain a Quality Management System (QMS) in accordance with ASQ/ANSI/ISO 9001:2015 standards per Naval Sea Systems Command (NAVSEA) QMS Acceptance Authority or appropriate directorate requirements. All QMS packages are required to adhere to applicable NAVSEA Technical Specification 9090-310 and NAVSEA Standard Item 009-04 requirements. A five (5) year Indefinite Delivery, Indefinite Quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) type Multiple Award Contract (MAC) up to four (4) awardees is anticipated to result from the solicitation. Questions should be directed to derek.diep@navy.mil. Any information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. All information shall be provided free of charge to the Government. At no cost to the government, the government may request further clarification of a contractor's submission. At this time the Government is interested in receiving a short capabilities statement (3 page limit) from interested parties indicating how they are able to meet the above requirements. Additionally, interested parties must include their Cage Code, Business Size, and if they have an approved accounting system in their response. There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by industry responses to this RFI. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website located at http://www.fbo.gov/.