News

Waterfront Operations Sppt Norfolk VA

Type of document: Contract Notice
Country: United States

Waterfront Operations Sppt Norfolk VA

Agency:
Department of the Navy

Official Address:
9500 MacArthur Boulevard West Bethesda MD 20817-5700

Zip Code:
20817-5700

Contact:
Pamela Pamela, Contract Specialist, Phone 7574624500, Email pamela.gregorczyk@navy.mil

Link:

Date Posted:
03/02/2017

Classification:
J

Contract Description:
 

Solicitation Number:

N00167-17-R-0007

Notice Type:

Presolicitation

Synopsis:

Naval Surface Warfare Center, Carderock Division (NSWCCD) intends to issue a solicitation for Waterfront Operations Support Services, Building V-47, Norfolk Naval Station, Norfolk, VA.

 

This requirement was previously publicized as Solicitation N00167-16-R-0008.

Background:

The Naval Surface Warfare Center Carderock Division (NSWCCD)Combatant Craft Division (CCD), Code 83 is responsible for full spectrum support for combatant craft, boats, patrol coastal ships, life rafts, other watercraft and associated hull, mechanical, electrical, and electronic systems.  CCD’s clients include the U.S. Navy, Special Operations Command, U.S. Army, U.S. Marine Corps, and U.S. Coast Guard.  CCD conducts waterfront operations in Norfolk, Virginia.  The purpose of this requirement is to provide support for these operations.

 

CCD’s waterfront facility is a significant Government support facility for small boats and craft.  The waterfront support facility, located on Naval Base Norfolk in Building V47, is the major test facility.  Work is to be accomplished at both the Government and contractor facilities.  The majority of the work performed in support of this requirement will be in response to emergent fleet requirements arising from damage to a ship’s boats and propellers; meeting emergent anti-terrorism or force protection requirements; and in support of research, development, test, and evaluation (RDT&E) projects.  The timing and pace of this work cannot be predicted at this time.  The primary RDT&E effort will be expended in response to unforeseeable events such as test article failures, unsatisfactory test results, test equipment, and instrumentation failures.  Fleet support is largely in response to emergencies that require rapid response and turn around. 

 

Technical Requirements:

 

This requirement is for support services to supplement and assist the Waterfront Government resources with additional capacity for all inter-related task elements necessary to support NAVSEA and other R&D program testing; and to provide deliverables that support customer program schedules.  Performance of the task elements described herein requires an integrated workforce approach for cost effective and successful accomplishment.  Work may be accomplished by teams consisting of Government and contractor personnel and customer, or program, representatives.

The contractor will be required to provide a qualified team of personnel to support the major areas of the Waterfront functionality, including the following inter-related areas:

              Technical Support:  This task area includes activities central to the R&D testing operations conducted on the combatant craft at the Waterfront Operations site employed in the utilization of the craft for research, development, test and evaluation (RDT&E).

 

This support includes the installation, testing and verification of operation of instrumentation and test equipment in accordance with the applicable items’ installation procedures provided in each task order.  This is inclusive of verification of installation, operations, and includes exercise all boat and craft systems to verify proper performance of the craft.

Waterfront Operations: Perform general waterfront operations such as, launching and retrieving boats, handling lines, tying and untying boats, fueling, keeping the craft and test sites clean and orderly, controlling access to craft and facilities, and other functions as may be required for safe and efficient operations. This work shall include preparation for, and recovery from hurricanes and other severe weather, maintenance of storage containers, maintenance of range equipment (buoys, moorings, rigging, cables, cable reels and associated equipment), preparing excess equipment for transfer to Defense Logistics Agency Disposition Services (DLADS).

Industrial and Repair: The contractor shall maintain boats and associated equipment assigned, or temporarily in the custody of for test and evaluation, issue or turn-in.  This shall include the full range of maintenance; from routine daily upkeep, planned maintenance and minor repairs, to major repairs, overhauls and modernization. This will include any work necessary to maintain the boats in a fully operational, safe, and seaworthy condition. This is inclusive of perform inspections and surveys as necessary to assess the material condition of the boats and associated equipment, diagnose and make suggestions for needed work, and perform the work as authorized. In general, boats and their associated equipment shall be maintained and repaired to the same standards and specifications to which they were built and in accordance with Original Equipment Manufacturer (OEM) recommendations.

The number and types of boats assigned to the Waterfront changes from time to time and include 30 to 50 boats of the following types:

 

•·       13 ft. Workboats

•·       Various inflatable boats

•·       22 ft. Utility Boats

•·       24 ft. Rigid Inflatable Boats

•·       24 ft. Workboats

•·       11m Rigid Inflatable Boats

•·       24 ft. to 40 ft. Unmanned Sea Surface Vehicles

•·       38 ft. Riverine Patrol Boats

•·       41 ft. Utility Boats

•·       80 ft. Special Projects Craft

•·       82 ft. Special Operation Craft

•·       85 ft. Patrol Boats

•·       Other boats, up to 200 feet in length and 400 long tons, as may be required for various projects

 

 

The solicitation number for this requirement when issued will be N00167-17-R-0007. It is anticipated that the resultant award will be a single award indefinite delivery indefinite quantity (IDIQ) contract with Firm Fixed Price (FFP) and cost-plus fixed fee (CPFF) pricing provisions. It is anticipated that the procurement will be solicited on an unrestricted basis, under NAICS Code 713930 with a Small Business Size Standard of $7.5 million. Offers will be evaluated on the basis of best value to the Government; that is, selection of the contractor is to be based on other than the lowest price, technically acceptable offer.

It is anticipated that the solicitation will be available for download on or about 17 April 2017. The closing date of the solicitation will be 18 May 2017, unless a different date is specified in the solicitation. The RFP will be posted and will be available for download at Offerors wishing to submit a proposal are responsible for downloading their own copy of the RFP from these websites and to frequently monitor the sites for any amendments to the RFP. A bidders list will not be maintained by this office, no telephone or fax requests for the RFP package will be accepted. Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of quotes may render vendor offer nonresponsive and result in rejection of the same. Any questions must be submitted in writing via e-mail to Ms. Pamela Gregorczyk at pamela.gregorczyk@navy.mil.

Contracting Office Address:

NSWC Code 223 Room B109

Building 1602, JEB Little Creek

Virginia Beach, VA 23459

 

Primary Point of Contact.:

Pamela Gregorczyk

pamela.gregorczyk@navy.mil

Phone: 757-462-4500

 

Sol Number:
N00167-17-R-0007

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy