Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2013 FBO #4096
SOLICITATION NOTICE

20 -- Combatant Craft Assault (CCA) Post-Production and Contractor Logistical Support Services

Notice Date
2/8/2013
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-13-R-0008
 
Point of Contact
Jennifer A. Metty, Phone: 8138267975, Roxanne A. Gerry, Phone: 813-826-5177
 
E-Mail Address
jennifer.metty@socom.mil, gerryr@socom.mil
(jennifer.metty@socom.mil, gerryr@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sole source synopsis and published for informational purposes only. The United States Special Operations Command (USSOCOM), Special Operations Research, Development, and Acquisition Center (SORDAC), Directorate of Procurement intends award a sole source contract under the authority of FAR 6.302-1(c). Only one responsible source and no other supplies or services will satisfy the Government requirements for post production and Contractor Logistics Support (CLS) services of the USSOCOM Combatant Craft Assault (CCA) system. Post Production Support (PPS) services will be provided after initial delivery of the crafts and includes the following: application of final paint application, fitting and installation of a mast covering, installation of hull identification markings, post production sustaining engineering, initial maintenance training and training materials, development of a Technical Data Package (TDP), development of a Provisioning Item Order (PIO) list, procurement and assembly of Initial Shore-Based Spares (ISBS) and Detachment Deployment Packages (DDP), and transportation of the finished crafts to first destination locations. CLS requirements include repair, intermediate and depot level maintenance, supply and warranty support, and maintenance reporting services. for the CCA system. PPS will be performed at the CCA builder's location. The CLS services will normally be performed at various Naval Special Warfare Group FOUR (NSWG-4) locales unless determined by the Government that another location is in the best interest of the Government. The period of performance for PPS services is approximately 40 months after delivery of the first craft. The period of performance for the CLS services shall include a base period and four optional ordering periods for a maximum total of 48 months. United States Marine Inc., 10011 Lorraine Rd, Gulfport, MA 39503-6001. This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, proposal, quotation or exception to the intent to purchase on a sole source basis, which shall be considered by the Government if received within five (5) days of this notice. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Department of Defense (DoD) has determined the System for Award Management (SAM) to be the single DoD registration for contractors who conduct business or who are interested in conducting business with the DoD. Contractors must be registered in SAM prior to award for solicitations issued after 21 May 1998. The Government intends to award a Firm-Fixed Price for performance to begin on or about October 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-13-R-0008/listing.html)
 
Record
SN02982746-W 20130210/130208234739-d0afcb6f3872eab2e16e47e5bd5da335 (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 |
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.