SOURCES SOUGHT
19 -- Planning Yard contract for operational (in-service) LHD-1, LHA-6, LPD-17, LCC-19/20, and LSD-44/49 class ships.
- Notice Date
- 7/24/2025 2:04:39 PM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-R-26-4423
- Response Due
- 8/25/2025 2:00:00 PM
- Archive Date
- 09/09/2025
- Point of Contact
- Data J. Jurugo, Luis Escobar
- E-Mail Address
-
data.j.jurugo.mil@us.navy.mil, luis.c.escobar.mil@us.navy.mil
(data.j.jurugo.mil@us.navy.mil, luis.c.escobar.mil@us.navy.mil)
- Description
- Planning Yard (PY) contract for operational (in-service) LHD-1, LHA-6, LPD-17, LCC-19/20, and LSD-44/49 class ships. This is a Sources Sought and Request For Information (RFI) announcement in anticipation of the Amphibious Assault Ship (LHD-1 and LHA-6) Class Ships, Amphibious Transport Dock (LPD-17) Class Ships, Dock Landing (LSD-44/49) Class Ships, and Amphibious Command (LCC-19/20) Ships Planning Yard (PY) support procurement. This is the follow-on effort to contract N00024-21-C-4205 / N00024-25-C-4229. The Naval Sea Systems Command (NAVSEA) is conducting market research to determine industry capability and interest in the Planning Yard Support Contract for above mentioned Amphibious Ships (LHA/LHD, LPD 17, LSD, and LCC). The resulting contract will include products and activities required in accordance with the Navy Modernization Process Management and Operations Manual (NMP-MOM) as well as material kitting and additional expanded planning support. PY support for these classes includes, but is not limited to: Ship Installation Drawings (SID) development including perform ship checks, Liaison Action Records, Shipboard Damage Control, Bill of Material, On-Site Representative, Ship Change Document (SCD) updates, Operating Cycle Integration Program Management, Work Integration Package Engineering, Type Commander (TYCOM) response, Ship Configuration, Configuration Data Management, Naval Ships Engineering Drawing Repository via Model Based Product Support (MBPS) software suite, Feasibility studies and miscellaneous design services, Integrated Planning Yard (IPY) Material Support; Provisioning Technical Documentation, interface and coordination with Regional Maintenance Centers (RMCs) and Fleet entities, design alteration and modification development, and managing related class Ship Selected Records (SSRs). The above listed planning yard for the listed ship class will primarily be in support of US Navy customers NAVSEA, NAVAIR, NAVWAR, and Type Commander. NAVSEA is especially interested in determining businesses with the technical capability to provide Planning Yard support. These activities will begin at contract award (anticipated in May 2027) and continue for a period of performance of up to seven years: one base year plus six one-year options. The Government has provided the draft solicitation statement of work (SOW) as an attachment (Attachment 1) to this sources sought / RFI announcement: What / where to submit Responses to this notice must clearly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently provide planning yard support, at a sufficient level of detail to allow proper evaluation by the Navy. For small businesses, the organization should provide evidence that they could satisfy the minimum requirements listed in the SOW while ensuring compliance with FAR 52.219-14, Limitations on Subcontracting. Interested parties who consider themselves qualified to perform the herein described efforts are invited to submit a response to this Sources Sought Notice by 5:00 PM Eastern Standard Time on 25 August 2025. In order to submit your business-sensitive response securely via the DoDSAFE portal, send an email request for an upload link to Procuring Contracting Officer (PCO) CDR. Luis Escobar at luis.c.escobar.mil@us.navy.mil and the contract specialist LCDR Data �James� Jurugo at data.j.jurugo.mil@us.navy.mil with �Amphibious Ship Planning Yard 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 this announcement and answer the following specific questions. Failure to definitively address each of the questions may result in a finding that the respondent lacks the capability to perform the work. Please limit your response to no more than twenty (20) pages. 1. Is your company a small or large business as defined by the Small Business Administration (SBA)? 2. Does your company have a website? If so, what is your company�s website address? 3. Is your company currently able to execute as least 50% of the cost of contract performance, as the Prime, over the life of the contract? How do you intend to accomplish this? The Navy wants to ensure that the small business and other Offerors understands the level of effort required as prime contractor. If a portion of the SOW is too vague to answer the question, please provide what additional information is needed to confidently answer the question. 4. Does your company have adequate financial resources to perform the requirements under this contract, or the ability to obtain them? As part of your answer to this question, please answer the following sub-questions. a. Please describe the financial requirements you expect that your company would have as you stand up the necessary workforce and production materials to complete the contract, and how you'll meet the contract correspondent cash flow requirements. b. Please provide a cash flow statement that will show the sources and uses of funds necessary to complete this contract, in concert with all of your company�s other financial commitments. As part of this cash flow statement, please identify the expected maximum amount of sales outstanding that your company expects you would need to be able to finance prior to reimbursement by the Government. c. Please explain where the sources of cash flow will come from (be it from Government invoice payments, internal cash reserves, or external financing such as issuing new debt or selling equity). Please demonstrate the extent of your company's current access to credit and your company�s capacity for future credit in terms of unencumbered physical assets. Please tell us the amount of cash and other liquid assets your company has on hand to use as working capital to meet the contract�s cash flow requirements. Please describe how your sources of cash and credit will sufficiently meet your cash flow requirements in concert with other sources. d. Please explain all the assumptions underlying this cash flow statement. e. Please discuss your current and future expected financial obligations (in terms of outstanding and future expected liabilities) and your company�s ability to meet them. Please discuss any risks that might inhibit your company�s ability to meet these requirements and how your company is working to mitigate those risks. f. Please provide a quantitative cash flow statement that sufficiently demonstrates that your company has the necessary funds to meet financial obligations of performing the contract. A contractor will need a sufficient amount of cash on hand to cover obligations during the period between when the contractor would incur costs and when those costs are reimbursed by the Government through a paid invoice. 5. Given the complexity of the work described in this sources sought notice, describe your company�s historical experience completing work of this complexity or briefly describe how your company would be capable of meeting the requirements described herein as of contract award. 6. Will your company, given all the information provided, be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments? 7. 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 tasks to be performed by the prospective contractor and subcontractors)? 8. Does your company have a performance record for work similar to work sought here? If so, please provide examples of recent performance within the past three years. 9. 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)? 10. Does your company have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them? 11. Staffing: How many employees does your company have? Considering the ship class will rapidly increase by the end of the contract period and, assuming all current employees are gainfully employed, what strategy(s) do you propose for recruiting and retaining staff at contract award through the life of the contract as contract staff members change? a. If current staffing is adequate to support this effort, describe the current workload and future projected workload of the resources anticipated. b. Provide a list of current efforts supported and resources expended against. c. Provide a list of future efforts anticipated and resources necessary to support. d. Provide any information on any other efforts currently or within the next year (excepting the Amphibious Ships Planning Yard (PY) solicitation) anticipated to be bid for work? 12. Strategic Planning/Program Management plays a critical role in sustainment contracts due to the overlap of planning events, inter-availabilities (Continuous Maintenance (CM) and Emergent (EM) Maintenance Availabilities) and for homeported and deployed Amphibious ships that could require repair/maintenance at short notice. The contractor plays an important role in the modernization of the surface Navy. This contract is considered a partnership between the Navy and the prime. The contractor is expected to become a subject matter expert on the applicable ships. What is your company�s experience/strategy in managing/executing several comprehensive/technically challenging planning yard activities simultaneously? Program Management: Program Management and Administration Support to ensure effective cost, schedule, and technical performance is essential to meeting the requirement for delivery of PY products. Describe your company�s program management approach including performing the following activities: a. Contract Administration Management b. Technical Instruction Management and Task Management c. Estimating d. Financial Reporting e. Cost and Schedule Performance Metrics f. Process Improvements g. On-site Program Management support to the waterfront homeports. 13. Modernization Design, In-Service and Life Cycle Support: PY design activities include coordination and execution of specialized engineering design tasks required for ship specific integration of modernization requirements. What is your company�s experience/strategy with respect to the following activities? a. Design: Calculations, 2D and 3D modeling, computational flow modeling, FEA, impact on distributive systems, arrangements. b. Ship checks to assess ship specific arrangement and interferences to ensure optimal installation execution during availabilities. c. Delivery of Ship Installation Drawings in accordance with the requirements of the NMP-MOM. d. Knowledge of Naval Standards, Naval Specifications and In-Service ship engineering support � What is your company�s experience/strategy in applying a full range of ship construction and post-delivery technical support experience of modernization integration products (e.g. Ship Installation Drawings, Selected Record Documents, Weight/Stability reports) in accordance with the requirements of the Navy Modernization Process? Include a discussion of your company�s experience in using computer aided models and design tools. � Have you ever performed specific Planning Yard work for a ship class? 14. Configuration Management: Planning Yards are the Navy designated Configuration Data Manager for their assigned ship class. What is/would be your company�s experience/strategy in performing planning yard class configuration management tasks including Configuration Overhaul Planning (COP), Ship Configuration Logistics Support Information System (SCLSIS) support, Configuration Data Management (CDM) and Provisioned Items Ordering? 15. Availability Execution Design and Configuration Support: The Planning Yard must be capable of ensuring the successful installation execution of modernization products during CNO availabilities and providing a range of technical and configuration control products. What is your company�s experience/strategy in coordinating with Regional Maintenance Centers and Shipyards and performing availability execution support tasks such as availability integrated planning, Onsite Technical Support, Responding to Liaison Action Records (LARs), Providing updates to Selected Record Data including Damage Control documentation. a. What is your company�s experience in managing margin to achieve Expected Service Life; for example track chill water, power, seawater, weight and other distributed systems? 16. Surge Capacity: The prime is expected to have surge capacity due to flex in operational schedules of the Navy. Every ship could require short notice repair/maintenance while deployed anywhere in the world, which would require the contractor personnel to travel to remote locations in support. It is not uncommon for primes to have teaming partners to handle such needs. In other words, management responsiveness is essential for success as prime. What is your company�s strategy for surge/emergent requirements and accomplishing them? 17. Program Infrastructure: The Planning Yard is required to have automated processes, tools and integrated databases in place to ensure the efficient and cost-effective execution of assigned tasks. Describe your company�s experience with establishing and managing the following infrastructure elements: a. Hull Management System to track individual ship maintenance and modernization plans and engineering planning efforts. b. Central Data Repository (including provision for reproduction facilities, and data distribution as directed) for drawings and data, including diagrams, materials lists, test procedures, specifications, and other engineering data acquired during construction of the Class and added during performance of planning yard functions. This includes the Ship Selected Record repository. c. Automated Inventory Management system that can effectively control kitted material procurement for more than one ship and be responsive to short-term scheduled demands. This system must interface with the Planning Yard Hull Management System and the Navy Data Environment/Model Based Product Support database. 18. Provision Item Order (PIO) Material Procurement and kitting: Long lead time material (LLTM) material support for modernization installation during CNO availabilities is an essential requirement for the Planning Yard under these contracts. Describe your company�s experience in procuring and kitting large volumes of installation support material in accordance with the NMP-MOM and JFMM material delivery milestones. Discuss your procurement systems and infrastructure to accomplish this requirement. Discuss warehousing and reports that deal with availabilities moving to the left, to right, or cancelled. Discuss how your company deals with Future Use Material. Discuss how your company deals with Bulk Buys. Discuss how your company identifies Extremely Long Lead Time Material to reduce risk. 19. Integration, Subcontracting and Communication: Integration strategy is a key role of the prime contractor. The prime is expected to work with the Navy In-service Engineering Agents (Government and Contractor) and databases as well as different vendors, subcontractors and customers to ensure successful execution of planning yard support, as well as the ability to provide a high quality product through sound Engineering practices, technical expertise and program management. The prime will need to integrate schedules with the other maintenance provider and customers such as Type Commander(s), Naval Sea Systems Command, ship�s force, etc. All work must be properly scheduled and managed. This requirement mandates a sound plan for managing subcontracts as well. What is your company�s integration strategy, especially in regard to managing subcontractors? Subcontracting is anticipated, demonstrate your experience successfully managing subcontracts and provide a detailed description of how you (as the Prime) will guarantee the performance and participation of the potential subcontractor(s), including the documentation for proposed subcontractors and expected levels of subcontracting (magnitude). Also, include what capabilities each subcontractor brings to the opportunity. Over the life of the contract, the PY will have to interface directly and frequently with the executing yards, the Specification Development Availability Execution Support (SDAES) contractor, at least two regional maintenance centers (RMC), the SEA21/PMS 321 program office, and other government agencies. Indicate how you intend to coordinate communications and manage interaction with these stakeholders. 20. Accounting Methodology: Sound financial tools and practices such as a certified accounting system approved purchasing system, and Disclosure Statement are required to provide proper billing to the Navy. In addition, the accounting system would be used to manage the business with vendors as required. While it is important to have an integrated schedule; it is equally important to have cost controls in place. The contractor will submit timely invoices/vouchers to the Navy by Contract Line Item (CLIN), Contract Subline Item (SLIN), and Accounting Classification Reference Number (ACRN) level. Cost of performance shall be segregated, accumulated, and invoiced to the appropriate ACRN categories. What certified accounting system and other best practice accounting methodology does your company currently use? Given the complexity of the work described in this sources sought, describe your company�s historical experience completing work of this complexity or briefly describe how your company would be capable of meeting the requirements described herein as of contract award. 21. Given the complexity of the work described in this announcement, does your company plan to submit a proposal in response to the anticipated solicitation for planning yard support of Amphibious class ships? Information provided shall be treated as Business Sensitive or confidential to the responder, exempt from public release under the Freedom of Information Act. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this Sources Sought. Responses to the Sources Sought will not be returned. Not responding to this Sources Sought does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations. Responses to this RFI may be considered in the future determination of an appropriate acquisition strategy for the program. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for, any proprietary information not properly marked and clearly identified. The information provided shall be treated as Controlled Unclassified Information and will not be shared outside of Government activities and agencies. Interested parties who consider themselves qualified to perform the herein described efforts are invited to submit a response to this Sources Sought Notice by 5:00 PM Eastern Standard Time on 25 August 2025. In order to submit your business-sensitive response securely via the DoDSAFE portal, send an email request for an upload link to Procuring Contracting Officer (PCO) CDR. Luis Escobar at luis.c.escobar.mil@us.navy.mil and the contract specialist LCDR Data �James� Jurugo at data.j.jurugo.mil@us.navy.mil. All information shall be provided free of charge to the Government. NAVSEA may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. This sources sought announcement is released in accordance with FAR 15.201. This sources sought announcement is not a request for proposal. The purpose of this sources sought announcement is to gather information from the marketplace. 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. No telephone inquiries will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time. When to Submit: Responses are requested by 5 PM Eastern Time, 25 August 2025. Notice Regarding Solicitation: Please note that this sources sought is for informational purposes and to identify potential sources. THIS NOTICES DOES NOT CONSTITUTE AN INVITATION FOR BID OR REQUEST OF PROPOSAL AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT OF ANY KIND. The Government will not pay for any effort expended or any material provided in response to this announcement, or any follow up information requests, nor will the Government return any data provided. Future information, if any, will be posted on the website for SAM.gov (https://sam.gov/content/home) the same site where this announcement is posted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/236b0393b2924371bc1bd7de27b1bfcb/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07523917-F 20250726/250724230056 (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 |