The Regional Maintenance Center at Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research to determine industry capability and interest in being added to the current Multiple Agency Contracts (MAC) Indefinite Delivery, Indefinite Quality (IDIQ) holders performing the non-skid replacement, preservation, and maintenance of district crafts in accordance with the original solicitation N4523A23R0308 Rolling Admission Procedures. Work will be accomplished at the Contractor's facility. The Government is seeking responses from sources that can perform the following work.
Geographical Area of consideration: To facilitate proper government oversight, the facility shall be located in the Puget Sound, WA region. For this procurement, the Puget Sound, WA region is defined as the West Coast of the continental US, starting from Olympia, WA and extending northward to Bellingham, WA.
District Crafts Characteristics
The district crafts include harbor security boats, utility boats and work boats. These small boats are all are under 40 feet in length, with a maximum weight of 41,000 pounds, with either a steel or aluminum hull. See attachment “N4523A25Q1051 District Craft Boat Specs” for more information.
Scope Overview: Perform at contractor’s location non-skid replacement, preservation and various structural/maintenance work on all classes of small boats. Detailed work requirements are included under section 3 of the SOW.
Period of Performance:
From date of award to 02 August 2028.
What/Where to Submit:
Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. Please hand or digitally sign your letter of interest and e-mail it to the Government contacts listed below, with "Non-Skid Replacement, Preservation, and Maintenance of District Crafts Sources Sought Response" in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in the description shown above, and answers to the following specific questions. Please limit your response to no more than 5 pages.
1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,300 or less employees)?
2. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance.
3. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)?
4. Given the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for the Non-Skid Replacement, Preservation, and Maintenance of District Crafts package?
When to Submit:
Responses are requested no later than 3:30PM PT, on 29 January 2025.
Notice Regarding Sources Sought:
This sources sought is issued solely for information and planning purposes - it does not constitute a Request for Quotation (RFQ) or a promise to issue an RFQ in the future. This sources sought does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not seeking proposals at this time, nor accepting unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this source sought; all costs associated with responding to this source sought will be solely at the interested party's expense. Not responding to this sources sought does not preclude participation in any future RFQ, if any is issued. If a solicitation is released, it will be synopsized on the SAM website (sam.gov). It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. PSNS&IMF may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement.
Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract.