Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2025 SAM #8636
SOURCES SOUGHT

J -- Long Lead Time Material (LLTM) Procurement in Support of Repair, Maintenance and Modernization - US Navy Surface Ships

Notice Date
7/17/2025 6:44:13 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N0002425F4436
 
Response Due
7/31/2025 12:00:00 PM
 
Archive Date
08/15/2025
 
Point of Contact
Kathryn Corvello, Contracting Officer, Phone: 2027813177, Kevin Becker, Phone: 2027813980
 
E-Mail Address
kathryn.f.corvello.civ@us.navy.mil, kevin.r.becker2.civ@us.navy.mil
(kathryn.f.corvello.civ@us.navy.mil, kevin.r.becker2.civ@us.navy.mil)
 
Description
INTRODUCTION This is a Sources Sought announcement in accordance with FAR 15.201 in anticipation of a potential future procurement program. The Naval Sea Systems Command (NAVSEA), Washington DC, is conducting market research and seeking information from potential sources able to procure, receive, store and ship long lead time materials (LLTM) associated with ship maintenance, repair and modernization availabilities completed on DDG-51, DDG-1000, CG, LCS, LPD, LSD, LHA and LHD class ships. BACKGROUND The NAVSEA Surface Warfare Directorate, SEA 21, is responsible for life-cycle management for all non-nuclear surface ship classes of the U.S. Navy including Surface Combatant Warfare Class Ships. In-service life cycle support of these ships comprises: integrated planning, programming, and execution of the maintenance and fleet modernization program, including the provision of all technical and logistics support required to maintain, modernize, and improve performance of the ships. REQUIREMENT NAVSEA is seeking contractors capable of completing expert services related to the procurement of LLTM for the aforementioned surface class ships. The scope associated with the Sources Sought notice includes, but is not limited to: Identify sources of LLTM Procurement of LLTM Tracking shipments of LLTM Inventory requirements/warehousing, maintaining and storage of LLTM Coordinating shipments from contractor facilities to both U.S. Navy and private shipyard facilities (coastwide) All quality assurance necessary for the procurement, receipt storage and shipment of LLTM. ACQUISITION STRATEGY The Government is contemplating procuring this effort utilizing a Basic Ordering Agreement (BOA), with an ordering period duration of one 12-month base year and two 12-month option years. CAPABILITIES AND CAPACITY STATEMENT Interested parties shall submit a comprehensive Capabilities and Capacity Statement that describes the firm�s capabilities and capacity to meet the Government�s requirements, including the following: (1) Positive statement of intent to bid as a prime contractor for the requirement. (2) An outline of resources available to accomplish the proposed contract. Submittals must clearly distinguish in-house resources from sub-contracted resources and include the following areas: Infrastructure and organization sufficient to procure, receive, store and ship substantial volumes of LLTM; implement project management controls; execute significant multi-tasking; and control costs. Key Personnel: identify appropriate levels and types of expertise in a manner that demonstrates understanding of the requirements. Interested parties shall address the following positions: Program Manager, Contract Manager, Quality Assurance Manager, Quality Assurance Specialists, Logisticians (including Integrated Logistic Support, Provisioning support, Material and Warehousing Logisticians, etc.). Identify all property, equipment, and facilities necessary to procure, receive, store and ship LLTM to support material requirements for each of the Navy�s regional maintenance centers. Locations would include: Mid-Atlantic Regional Maintenance Center � Norfolk, VA, Southeast Regional Maintenance Center � Mayport, FL, Southwest Regional Maintenance Center � San Diego, CA, Northwest Regional Maintenance Center � Bremerton, Washington and Hawaii Regional Maintenance Center � Pearl Harbor, HI. Please identify if your firm has the current facilities to warehouse and store LLTM to cover each of the Navy�s regional maintenance centers. Provide relevant examples of a quality system defining the capability and approach to ensure quality assurance for all procured LLTM. Does your company have experience completing quality assurance on the LLTM typically associated with naval vessel maintenance, repair and modernization availabilities? Does your company have adequate financial resources to perform the requirements, or the ability to obtain them? Past Performance: Provide relevant past performance information including previous contracts performed in the last five (5) years. The information provided for each named contract shall include: types and amounts of materials procured and managed per year, dollar value, location, and Point(s) of Contact (including name, title, phone number and email address), d. If the work was accomplished as a prime contractor, please indicate the percentage of work, if any that was subcontracted. If the work was performed as a subcontractor, indicate the percentage and dollar value of the work performed. If the interested party has no relevant experience on U.S. Navy Surface Fleet Vessels, projects on other Government vessels and private industry projects may be submitted. If the past performance information submitted is for effort other than that provided in support of U.S. Naval Surface Fleet Vessels, explain (no more than 1-page in length) how that experience will enable the firm to successfully meet the requirements of the contemplated contract(s). The Government is not requesting interested parties to provide brochures and/or generalized sales-pitch language. Capability and capacity statements shall be specific (quantified as appropriate) and not theoretical in nature to the greatest extent practical. Specifically, parties are requested to provide the following information (as applicable): Company Name, Company address, Primary company contacts(s) and associated email addresses, Company website, Business size (small or large) for NAICS code (336611) Company�s socioeconomic status (Woman-Owned, Veteran-Owned, HUBZone, etc.), Company CAGE code and UEI number, and Any other information deemed applicable by the interested party. SUBMISSION DETAILS: A PARTY�S SUBMISSION SHALL NOT EXCEED MORE THAN 20 DOC (MS Word) OR PDF PAGES IN LENGTH AND BE NO LARGER THAN 7.5GB. Parties are responsible for adequately marking proprietary and/or competition sensitive information that is contained within their submission. A party�s submission shall be delivered electronically either via encrypted email to Kevin Becker (kevin.r.becker2.civ@us.navy.mil) and Kathryn Corvello (kathryn.f.corvello.civ@us.navy.mil) or via drop on DOD SAFE. If a party chooses the drop on DOD SAFE option, the party shall coordinate the �drop� with Kevin Becker and Kathryn Corvello, whereby one of them will provide a DOD SAFE link for the drop. The due date for submission is 31 July 2025 at 1500 EST. DISCLAIMER: This RFI is for Navy/information/planning purposes only. This announcement is not a request for proposal; it does not constitute any form of solicitation and shall not be construed as a commitment by the Navy. A party submission is not an offer nor proposal and the Navy is under no obligation to make any form of award as a result of this announcement. No funds will be provided by the Navy to pay for the preparation of submission in response to this announcement. All responses to this RFI are strictly voluntary. All submitted materials will be designated for Government Use Only. Third party support contractors providing support to NAVSEA Surface Warfare Directorate, SEA 21, will have access to the submitted material. These contractors have executed non-disclosure agreements with SEA 21. Submission of material requested in this sources sought announcement shall constitute consent to allow access to the material/information by any relevant third-party support contractor supporting SEA 21. Submitted material/information will be safeguarded in accordance with the applicable Government regulations.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d1515d666f5d4fccbd771f255c01db16/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07514943-F 20250719/250717230059 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.