Washington, DC Bids > Bid Detail

Diving and Diving-Related Services

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159209696544125
Posted Date: Jan 2, 2024
Due Date: Jan 26, 2024
Source: https://sam.gov/opp/2b0f542b1a...
Follow
Diving and Diving-Related Services
Active
Contract Opportunity
Notice ID
N0002425R4309
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA HQ
Office
NAVSEA HQ
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 02, 2024 02:23 pm EST
  • Original Response Date: Jan 26, 2024 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2026
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J019 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS
  • NAICS Code:
    • 488390 - Other Support Activities for Water Transportation
  • Place of Performance:
    Washington Navy Yard , DC 20376
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION AVAILABLE. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY.





The Naval Sea Systems Command (NAVSEA) is conducting market research in accordance with FAR Part 10 to identify the sources with the requisite capability to successfully perform Diving and Diving Related Services in support of the Supervisor of Salvage and Diving, USN (SUPSALV). The services to be provided include air, mixed gas and saturation diving in support of the SUPSALV mission areas of diving, salvage and underwater ship repair. The services encompass underwater maintenance on ship hulls and structures on a worldwide basis. Related engineering, technical and software services may also be required. The prime use of this contract vehicle is to execute engineered underwater inspections, maintenance, repair, and modernization on ship hulls, underwater appendages, and structures in accordance with approved procedures. An IDIQ type contract is contemplated using cost-plus-award-fee type task/delivery orders.





Attached to this sources sought announcement is the Statement of Work from the current contract N00024-20-D-4306.





Companies may respond to this sources sought notice by providing an expression of interest. Interested parties are required to respond with an interest letter, on company letterhead, to include the following:






  1. Company name

  2. Company CAGE code

  3. Company website

  4. Point of Contact Information

  5. Status and level of facility security clearance

  6. Brief description of your company and its capabilities as they relate to the requirements set forth on this announcement and attached SOW

  7. Small business designation as defined by the Small Business Administration according to the NAICS code ((i.e. Large, SB, VOSB, SDVOSB, WOSB, etc)

  8. Number of employees

  9. Does your company have adequate financial resources to perform the contract, or the ability to obtain them? As part of your answer to this question, please answer the following sub-questions.

    • 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’s correspondent cash flow requirements.

    • 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.

    • 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.

    • Please explain all the assumptions underlying this cash flow statement.

    • 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.



  10. 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.

  11. Provide examples of recent (within the past three years) performance of work similar to that sought here.





All expressions of interest shall be submitted in response to this notice by the date specified in SAM.gov. Telephonic responses are not acceptable. Responses shall be sent via e-mail to lisa.m.grayum.civ@us.navy.mil, daniel.w.kough2.civ@us.navy.mil, and scott.e.posey.civ@us.navy.mil.





The Government may not respond to any specific questions or comments submitted in response to this sources sought notice or information provided as a result of this sources sought notice. Any information submitted by respondents as a result of this sources sought notice is strictly voluntary. This sources sought notice is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. All documentation shall become the property of the Government. The Government is not soliciting, nor will it accept proposals as a result of this sources sought notice. This sources sought notice is a market research tool used to determine the existence of qualified experienced sources. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. If a solicitation is issued, it will be announced later via SAM.gov and all interested parties must respond to that solicitation announcement separately from the response to this sources sought notice. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • 1333 ISAAC HULL AVE SE
  • WASHINGTON NAVY YARD , DC 20376-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 02, 2024 02:23 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >