Bid Date: 2025-04-04

Project Description: This Sources Sought notice is for market research purposes only and does NOT constitute an invitation for bid, request for quotation, request for proposal, or any obligation on the part of the Government to acquire any products or services. This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This notice is a market research tool being used to determine overall market developments, capabilities, and adequacy of the industrial base capable of providing the supplies/services described herein prior to determining requirements and the method of acquisition. Any information submitted by respondents to this technical description is strictly voluntary.

This notice is issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office (PEO) Undermanned and Small Combatants (USC), Naval Special Warfare Program Office (PMS 340). The Navy is conducting market research in accordance with FAR Part 10 to determine whether industry possesses the requisite capabilities to successfully maintenance and overhaul support services for in-service U.S. Navy Mark 11 (MK11) Sea, Air, and Land (SEAL) Delivery Vehicle (SDV) Systems. The MK11 SDV System is a free-flooding combat submersible suitable for transporting and deploying personnel.

This procurement is anticipated to be a set-aside for small business. Interested vendors are requested to submit a capabilities statement and a sufficient record of past performance on similar efforts. The vendor should demonstrate the capability to conduct maintenance support work including emergency repairs and overhauls, parts and material procurement, sustainment engineering, and assistance with training the fleet with maintenance and operations.

Undersea Warfare Enterprise Support Office (USWESO) manages the MK11 SDV Systems at the shore-based maintenance facilities located in Pearl City, HI, and requires on-island maintenance and overhaul support. On-island support capabilities are critical for achieving cost-effective, rapid response to mission critical repairs and upkeep of the SDV Systems.

USWESO is on NAVSEA NOTE 5000 and is responsible for the certification aspects of MK11 SDV Systems. As such, small business participation will be performed under the umbrella of USWESO NOTE 5000 and not be required to be on NOTE 5000.

The contractor will provide manpower and materials to support USWESO during the repair and overhaul the MK11 SDV Systems. The MK11 SDV System consists of a vehicle, a trailer, and system support equipment. The contractor may perform maintenance services and repairs at the contractor’s facility in Pearl City, HI, however, the contractor may be tasked to perform maintenance at USWESO facility. Maintenance in Pearl City, HI, is preferred as it is the most schedule and cost-effective solution.

The anticipated maximum Period of Performance is five (5) years from the date of the award. After an acquisition approval, the Government intends to award the overhaul of the first System in FY26, and one System will be awarded each year through the exercise of options in FY27 – FY30, in addition to ongoing support for emergency repairs. Given DOD budget uncertainties, the Period of Performance, order quantities and the timing of award dates may change.

This notice is specifically directed to small businesses that have operations and infrastructure in Hawaii to provide on-island support capabilities to USWESO and under the small business concerns as defined by the Small Business Administration (SBA) under NAICS code 336611. Only responses from companies meeting the applicable size standards will be considered.

SUBMISSION INFORMATION:

Submissions shall address the following:

1. The cover pages shall include the following information:
▪︎ Company name; Cage Code; Address; Point of Contact; Phone Number; and E-mail address.
▪︎ Identification and verification of the company\'s business size (i.e., small, large) relative to NAICS Code 336611, Size Standard: Maximum of 1,300 employees.

1. Detailed description of the current staffing level capable of supporting this contract.
2. Detailed description of Hawaii infrastructure and capabilities for supporting this contract including security measures.
3. Detailed descriptions of the overall intended approach along with description of relevant manufacturing and sustainment capabilities, quality management processes and project management and schedule tracking. Responses need to include expected steps and estimated ramp up costs, which should address:
▪︎ The ability to provide or acquire system hardware to be manufactured in accordance with the drawings, specifications, and other supporting technical data provided by the Government and refurbish hardware in accordance with the drawings, specifications, and other supporting technical data provided by the Government.

▪︎ The ability to troubleshoot and test software, electrical and mechanical hardware in accordance with component/subsystem testing requirements listed on the drawings and perform system testing in accordance with approved test procedures, to include factory acceptance testing.

▪︎ The ability to provide or acquire ad-hoc parts and material support in support of Regular Overhaul (ROH) event and/or maintenance actions.

▪︎ The ability to install the latest software version of the System Source Code provided by the Government.

▪︎ The ability to assist with Government-conducted Familiarization and training for operators or maintainers, including supporting the Government instructors with classroom, hands-on operation, and in-water instruction at the Government’s facilities and test ranges as required.

▪︎ The ability to assist in the update of the Maintainer and Operator Familiarization Training Materials with improvements based on system configuration changes.

▪︎ The ability to provide engineering services related to close-out of Departure from Specification (DFS) and electronic Liaison Action Request (eLAR).

1. Detailed descriptions of previous experience with contracts and systems of equal or greater complexity, including the number of current contracts of equal or greater complexity. Include specific examples of overhaul/repair, test, and training of systems completed, and details and metrics that prove the work has been completed. Include plans for project management, general organization, reporting, and traceability of all work performed by the Contractor and each subcontractor/vendor including Master Schedules for tracking all activity on the project.

2. Responses should specify labor categories employed, describe facilities and estimated schedules for setting up support of USWESO as discussed in the Period of Performance paragraph.

3. Provide details and confirm that you will be compliant with the Small Businesses regulation under FAR 52.219-14; Limitation on Subcontracting for services, that at least 50 percent of the expected cost of contract performance incurred for personnel is expended for employees of the concern. Include the percentage of work that will be self-performed on this project.

Interested parties are requested to respond to this notice in PDF or Microsoft Word Office 2010-compatible format. Please limit responses to 20 pages or less (including cover, administrative pages, and descriptive literature); 1-inch margins; and 12-point font (or larger).

Response Deadline and Submissions:

Responses to this notice are requested no later than 5:00PM Eastern Standard Time (EST) on April 4, 2025. Interested parties should submit the information requested above, via email to: joseph.p.boyko2.civ@us.navy.mil and matthew.c.hedrick.civ@us.navy.mil, and Kiara Henderson at kiara.j.henderson.civ@us.navy.mil. The subject line of emails containing responses or questions related to this notice should read “MK11 SDV Depot Overhaul/Repair Sources Sought Notice”.

DISCLAIMER AND IMPORTANT NOTES:

This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Therefore, any cost associated with the market survey submission is solely at the interested vendor\'s expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization\'s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation. Submissions will not be returned.

No attachments or links have been added to this opportunity.

PDFs are being updated, check later