Project Execution and Deck-plate Effectiveness Support for Naval Ship Maintenance
ID: N6426724R0350Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERCORONA, CA, 92878-5000, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center, is seeking to award a sole source Cost-Plus-Fixed-Fee "Bridge" contract to CACI Technologies LLC for project execution and deck-plate effectiveness support related to naval ship maintenance. This contract, valued at approximately $8.2 million, aims to ensure continuity of critical scientific, engineering, and technical support services while a protest regarding a follow-on task order is resolved, with a performance period of 132 days from September 5, 2024, to January 15, 2025. The services are vital for maintaining operational readiness and enhancing project management training within the Navy, emphasizing the exclusive capabilities of CACI to meet urgent requirements. Interested parties can contact Pedro Rivas at pedro.rivas13.civ@us.navy.mil or Brandon Oh at brandon.s.oh.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The document outlines the labor categories and corresponding hours required for a federal government project under the RFP N6426724R0350. It details the total hours allocated for various roles divided between Government Sites (GOV) and Contractor Sites (KTR). Key categories include Administrative Support, Business Process Consulting, Program Management, and Software Development, with a cumulative effort totaling 79,160 hours. Specifically, this breakdown highlights a mix of responsibilities, with significant contributions from both government and contractor personnel. The values indicate the level of expertise and personnel needed for project execution, emphasizing the collaboration between government and contractors in fulfilling project requirements. This summary reflects the organization's strategic approach to resource allocation in compliance with federal project guidelines.
    This document outlines the cost summary format required for the solicitation No. NN6426724R0350 related to government contracts. It is structured to capture detailed financial projections for both prime contractors and subcontractors over various time periods, including a base period and several option years. Key components include labor costs categorized by employee roles, overhead, fringe benefits, and general and administrative expenses. Contractors are required to include both direct and indirect labor costs, as well as total costs for subcontractors and any pass-through expenses. There is a focus on providing necessary supporting cost data, such as current labor rates and justifications for any discrepancies between proposed and actual rates. The document's primary purpose is to ensure accurate financial proposals for government contracts, enabling proper evaluation and budgeting by procurement officials. Overall, it serves as a crucial guideline for contractors to present comprehensive and transparent cost structures in line with federal procurement requirements.
    The SeaPort-e DCAA Rate Check Request form serves as a structured framework for contractors to provide essential financial information regarding their proposals for government contracts. The document is divided into two parts: the first part requires contractors to furnish details such as contractor name, CAGE code, contact information, total dollar amount, proposal type, and any governmental property required. Additionally, the contractor must disclose any contracts for similar items awarded in the past three years and outline compliance with applicable cost accounting standards. Part two involves the contractor listing proposed direct labor and indirect rates, along with any necessary attachments to substantiate these rates. This section also emphasizes the need for the Defense Contract Audit Agency (DCAA) to review and provide recommendations regarding the proposed rates, ensuring they align with established cost principles. Further, the document requests additional information like the contractor's payroll runs and details of any approved accounting systems, crucial for the approval of cost-type contracts. The form facilitates the evaluation process required for competitive bidding in government contracts while ensuring compliance with statutory regulations.
    This Statement of Work (SOW) outlines the technical scope and tasks for a contractor to provide Scientific, Engineering, and Technical support to the Naval Sea Systems Command (NAVSEA), Naval Shipyards, and the Naval Industrial Base to enhance workforce and workload management, logistics services, business operations, and total force initiatives. The primary objective is to support NAVSEA's Lean Process/Performance Improvement initiatives, Project Management National Value Stream directive, and broader project management and industrial operations. This involves coaching and mentoring for deck-plate project team performance and environmental, safety, and health program support. The contractor will assist with project execution of naval ship maintenance availabilities and performance improvement initiatives, offering process and performance improvement consulting and facilitation services. They will work with NAVSEA and Naval Shipyard subject matter experts to provide data gathering, analysis, and recommendations related to project management systems and other IT systems used. Support will also include program infrastructure consulting, process administration, and governance to achieve process/performance efficiencies. Lean Process/Performance Improvement support will be provided in various categories, including initiative identification, benchmarking, facilitation of events/initiatives, strategy development, coaching, change management, metrics development, business case analysis, and implementation management. The contractor will assist with planning, training, coaching, lean event facilitation, solution implementation, and sustainment. Project Management Training (PMT) and Integrated Project Team Development (IPTD) will focus on delivering a high-level professional curriculum that meets the immediate and long-range needs of the industrial operations base and naval ship maintenance community. The contractor will partner with shipyard personnel in curriculum development, delivery, and improvement. They will also provide management support, strategic planning consultation, and facilitation for these efforts. The contractor will also provide broader community workforce and team development support for Naval Ship Maintenance Community organizations outside of the Naval Shipyards, such as Carrier Teams, Submarine Teams, Ship Repair Facilities, and Regional Maintenance Centers. This includes facilitating alignment with strategic goals and platform community alignment. Additionally, the contractor will offer deck-plate coaching and mentoring support, facilitating data gathering, research, and analytical tasks. They will identify gaps and make recommendations to institutionalize decisions, designing a strategic business and execution approach for supervisory/mid-level manager coaching. Finally, the contractor will provide support for environmental, safety, and health programs, including strategic plan development, maintenance of the OSHE Control Manual, and permit renewals. The contract will require travel and adherence to security requirements, with personnel possessing interim SECRET clearances and final clearances granted within 60 days of award. The contractor will also need to maintain a Secret facility security clearance and provide security administration for sensitive and classified material. Overall, this SOW outlines a comprehensive set of tasks to enhance project management, performance improvement, and operational efficiency for the NAVSEA and its associated entities.
    The document primarily consists of various Data Item Descriptions (DIDs) and the Contract Data Requirements List (CDRL), highlighting the reporting requirements for contractors engaged with the government. Specifically, it outlines multiple data items, including the Contract Summary Report (DI-ADMN-80447A), the Technical Report (DI-MISC-80508B), the Contracting Officer’s Management Report (DI-MGMT-81864), and the Non-Disclosure Agreement (DI-MGMT-82241). Each section specifies formatting and content guidelines for required reports, detailing what should be included—from project summaries and expenditure data to security classifications and required appendices. The overarching purpose of these documents is to ensure thorough documentation of contractor performance, including technical achievements and financial disclosures, as mandated by government contracts. Effective reporting is essential for transparency and accountability within federal and state procurement processes, ensuring all parties remain informed and compliant with contractual obligations and regulations.
    The document outlines a government Request for Proposal (RFP) focused on contracting support services for the Naval Sea Systems Command (NAVSEA) related to naval ship maintenance. The main objective is to enhance project execution and operational effectiveness through technical and managerial support for initiatives involving workforce development, logistics, and performance improvement. The contractor is expected to assist in various areas, including lean process innovation, project management training, and environmental safety programs, in line with NAVSEA’s overarching goals. The proposal specifies deliverables, including labor hour estimates, costs associated with specific projects, and detailed guidelines for program management. Key tasks involve facilitating training sessions, mentoring, conducting safety evaluations, and improving management processes to achieve higher efficiency in naval shipyards. The contractor must also adhere to security and data management protocols, including maintaining personnel security clearances and managing sensitive information. Overall, this RFP emphasizes the importance of collaborative efforts to improve naval maintenance capabilities while ensuring compliance with federal regulations and industry best practices, thereby supporting the Navy's operational readiness and strategic goals.
    The Department of the Navy, specifically the Naval Sea Systems Command (NAVSEA), has justified the establishment of a "Bridge Contract" with CACI Technologies, LLC, valued at approximately $8.2 million. This contract derives from the need to ensure continuity of critical scientific, engineering, and technical support services while a protest regarding a follow-on task order is resolved. The Bridge Contract, a Cost-Plus-Fixed-Fee agreement, is set for a 132-day performance period, from September 5, 2024, to January 15, 2025, which includes time for protest resolution and transition activities. The justification for restricting competition under 10 U.S.C. §3204 is based on the potential for unacceptable delays if alternate providers were engaged. Historical data underscores the exclusive capabilities of CACI to meet the urgent requirements of the NAVSEA workforce, essential for ongoing naval operations and project management training. The report indicates that the contract aligns with federal regulations and that efforts to broaden participation have yielded no additional bidders, confirming CACI as the sole provider for the necessary services during the interim period. Consequently, the contract is deemed fair and reasonable, necessary to avoid adverse impacts on naval maintenance and training program execution.
    Similar Opportunities
    Carrier Engineering Maintenance Assist Team (CEMAT) and Surface Engineering Maintenance Assist Team (SEMAT)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is conducting market research for the Carrier Engineering Maintenance Assist Team (CEMAT) and Surface Engineering Maintenance Assist Team (SEMAT) contract, aimed at providing essential engineering and technical support for the maintenance of U.S. Navy Aircraft Carriers and Surface Ships. This contract will focus on executing work on CVN 68 and CVN 78 Class Aircraft Carriers, ensuring operational readiness through comprehensive maintenance, repair, and training for Ship's Force equipment operators and maintenance technicians. The anticipated contract, expected to be awarded in FY2026, will span five years and is intended to support various maintenance efforts, including Refueling Complex Overhauls and emergent repairs, with operations primarily based in locations such as Norfolk, VA, and San Diego, CA. Interested parties should submit their responses by 2:00 PM (EST) on September 30, 2024, to the designated contacts, Sakeena Siddiqi and Jason Chan, via the provided email addresses.
    Notice of Intent - Sole source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure CRNAV membership services from Marin, the Marine Institute of the Netherlands, on a sole-source basis for the period of October 1, 2024, to September 30, 2025. This procurement aims to secure a one-year membership in the Cooperative Research Navies (CRNAV) Group, which is crucial for enhancing naval ship stability criteria and providing operational guidance during heavy weather training. The contract will utilize Simplified Acquisition Procedures and is limited to Marin due to its role as the designated coordinator for CRNAV support, with key deliverables including updates on FREDYN software and coordination assistance for technical groups. Interested vendors must submit a capabilities statement by September 20, 2024, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    Cisco & Pure Storage FlashStack Converged Infrastructure Data Management System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA office, is seeking to procure a Cisco & Pure Storage FlashStack Converged Infrastructure Data Management System. This procurement is aimed at ensuring compatibility and performance within the NSWCPD network by utilizing Cisco products, which are critical to avoid interoperability issues and to provide necessary support services. The awarded contract, resulting from solicitation N6449823Q5062, amounts to $2,038,028.00 and has been granted to CTG Federal. For further inquiries, interested parties can contact John M. Ngov at john.m.ngov.civ@us.navy.mil or Jillian Randazzo at jillian.randazzo.civ@us.navy.mil.
    SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).
    SOLE SOURCE –TEST TEARDOWN EVALUATION
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a contractor for a sole source procurement focused on the teardown, testing, and evaluation of the Antenna Support Electronic Assembly (ASEA) Power Supply. This initiative is critical for addressing equipment failures on naval ships, particularly following recent upgrades, and requires the contractor to provide all necessary labor and materials under firm fixed pricing terms, with a total budget not to exceed $250,000. The selected contractor will be responsible for delivering a Failure Analysis and Corrective Action Report (FACAR) and a Certificate of Compliance, adhering to strict shipping and quality standards, with completion deadlines extending up to 12 months post-award. Interested parties must submit their offers by September 27, 2024, at 4:00 PM Eastern Time, and should contact Marty Arvin at marty.arvin2.civ@us.navy.mil for further details.
    FY25-FY35 Floating Dry Dock (AFDM 10) Lease Extension Modification
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command, intends to solicit a sole source lease extension modification for the Auxiliary Floating Dry Dock Medium (AFDM 10) under contract N00024-05-L-4405. This lease extension is aimed at continuing maintenance support for the dry dock, which is critical for Chief of Naval Operations (CNO) surface ship availabilities. The solicitation will be issued to Vigor Marine LLC, located in Seattle, Washington, and is intended solely for informational purposes, as the government does not plan to accept competitive proposals at this time. Interested parties may express their interest and capabilities to the primary contact, Brian Romano, at brian.c.romano.civ@us.navy.mil, or the secondary contact, Courtney Schlusser, at courtney.j.schlusser.civ@us.navy.mil.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Active
    Dept Of Defense
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    Procurement of the most current versions of the Njord Wave generation Software and most current version of the G8 Control Card Firmware that includes 2nd Order effect reductions, which are necessary to modernize the Mask Wavemaker
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure the latest versions of the Njord Wave Generation Software and G8 Control Card Firmware to modernize the Mask Wavemaker. This procurement includes not only the software and firmware but also essential support services for installation, commissioning, and tuning of the wavemaker, specifically addressing 2nd Order effects to enhance performance. The initiative is critical for maintaining the operational efficiency of naval technology, as the existing system's replacement would incur significant costs and extended downtimes. Interested contractors must respond to the request for quotes by 4:00 PM on September 26, 2024, and can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or 757-513-7247 for further details.