Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2014 FBO #4506
SOLICITATION NOTICE

R -- Marine Design and Engineering Services

Notice Date
3/25/2014
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018914R0023
 
Point of Contact
Danielle Lafferty 757-443-1373
 
Small Business Set-Aside
N/A
 
Description
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Norfolk, VA 23511-3392, intends to award cost-plus fixed-fee indefinite delivery-indefinite quantity multiple award contracts for marine design and engineering services using the policies and procedures of FAR Part 15, Contracting by Negotiation, FAR Subpart 16.5, Indefinite-Delivery Contracts, and FAR Subpart 19.5, Set-Asides for Small Businesses. The requirement will be solicited using full and open competition, with a portion of task orders awarded under the contracts reserved for small business concerns. The NAICS code applicable to this procurement is 541330. The size standard is $35.5 million for Marine Engineering and Naval Architecture services. The Product Service Code is R425. The subject requirement is in support of the Norfolk Naval Shipyard s (NNSY) Engineering and Planning Department, Expanded Division, Code 280. This requirement is to provide marine design and engineering services for NNSY. Specific tasks include: o Ship checks o Static and dynamic calculations o Design and development of Ship s Installation Drawings (SIDs) o On-site engineering functions o Combat system support o Update and correction of selected record drawings o Calculations and design analysis o Drawing schedules o Ship check reports o Logistics support o Weight and moment data o Other technical data and specifications necessary to accomplish a full range of alterations, repairs, and improvements to naval ships. These efforts include full interdisciplinary participation in the naval architecture, structural, mechanical, electrical, and electronic engineering fields as necessary to provide a complete and integrated service. The total estimated labor hours are approximately 294,480 per year. The contractor is required to have a facility within one hour land commuting distance from NNSY. Most work performed under these contracts will be performed at that main local facility. Some work will be provided on-site at NNSY. When the contractor is specifically directed on an individual task order, some work under this contract may be required to be performed at a facility other than the contractor s local facility. To meet this requirement, it is beneficial to the Government for the contractor to have remote offices in or near the fleet concentration areas of Jacksonville, FL; San Diego, CA; and Bremerton, WA. The one-year base period of performance for this acquisition is anticipated to begin on 01 February 2015. The contracts will contain four one-year option periods, including the option to extend services up to an additional six months in accordance with FAR clause 52.217-8, Option for Additional Services. The total anticipated contract period of performance is five years. The Government intends to procure this requirement by reserving a portion of the multiple awards for small businesses based on the anticipated monetary thresholds as follows: o Task orders with an estimated value of $300,000.00 or less are set-aside exclusively for competition among small businesses o Task orders with an estimated value over $300,000.00 will be awarded using full and open competition The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. THE SOLICITATION IS NOT YET AVAILABLE. Once available, the solicitation will be posted to this site (Navy Electronic Commerce Online or NECO, https://www.neco.navy.mil.). The solicitation is expected to be available in mid-May 2014. The NECO website has a submit bid button next to the solicitation number. DO NOT use the submit bid button on NECO to submit a proposal. All responsible sources may submit a proposal which shall be considered by the Government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. Please direct all questions regarding this requirement to Danielle Lafferty at danielle.lafferty@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018914R0023/listing.html)
 
Record
SN03320058-W 20140327/140325235104-ea8408101a3b1e6b5b8dcfe5ba2f67e6 (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.