SOLICITATION NOTICE
L -- Provide management, labor, material and facilities, as required, to accomplish LPD 17 Class Ship Fitting Out Availabilities (FOAs), Post Shakedown Availabilities (PSAs), and Emergent Work.
- Notice Date
- 1/26/2009
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
- ZIP Code
- 00000
- Solicitation Number
- N0002409R2204
- Response Due
- 2/10/2009
- Archive Date
- 2/25/2009
- Point of Contact
- David Lubrano (202)781-1897 David Lubrano, Contract Specialist (202)781-1897, david.lubrano@navy.mil; Kimberly Bagford, Contracting Officer (202)781-2595, kimberly.bagford@navy.mil
- Small Business Set-Aside
- N/A
- Description
- The Naval Sea Systems Command intends to issue solicitation N00024-09-R-2204 for the accomplishment of Fitting Out Availability (FOA) for LPD 21 (NEW YORK) with an option for the accomplishment of Post Shakedown Availability (PSA) for LPD 21 (NEW YORK). This solicitation shall also contain options for the accomplishment of FOA and PSA for LPD 25 (SOMERSET). There will be no drydockings for any of these availabilities. For LPD 21, efforts will include an 8 week FOA in FY10 to complete system installations and capabilities that were not part of the basic construction and that are necessary to support ship Post Delivery Test & Trials (PDT&T). A PSA of up to 14 weeks for LPD 21 will follow in FY10. For LPD 25, efforts will include an 8 week FOA in FY12, followed by a PSA of up to 14 weeks also planned in FY12. FOA/PSA efforts include all manpower, support services, material, and associated technical data and documents required to prepare for and accomplish these avai! labilities. The work to be accomplished will include correction of Government responsible deficiencies, installation of approved engineering changes (that were not incorporated during the construction period) and new work identified between ship delivery and the start of FOA/PSA. Efforts will include engineering and management support of FOA/PSAs, testing and post repair sea trials, and other emergent work. The proposed contract will include scope to allow for emergent availabilities to correct Government responsible deficiencies identified after delivery that must be corrected to support test & trials prior to the start of the FOA/PSA. During FOA/PSA, the ships will be made available for completion of Fleet funded repairs and changes. Work on these two vessels will take place in the homeport area of Norfolk, Virginia. Third party access must be granted for the purposes of allowing work to be performed by Government Alteration Installation Team (AIT) and allowing the ! building yard to complete unfinished and warranty work. A responsible offer will be considered eligible if the offeror has previously executed a master agreement for repairs and alterations of vessels or is a ship repair firm that can demonstrate those qualifications.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d7e6b7b8e75804daccae8872e232c5bb&tab=core&_cview=1)
- Record
- SN01737934-W 20090128/090126215042-d7e6b7b8e75804daccae8872e232c5bb (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |