MODIFICATION
V -- U.S. Army Ammo Container Ships - Solicitation 1
- Notice Date
- 7/8/2014
- Notice Type
- Modification/Amendment
- NAICS
- 483111
— Deep Sea Freight Transportation
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC DC, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540, United States
- ZIP Code
- 20398-5540
- Solicitation Number
- N00033-14-R-3201
- Response Due
- 8/8/2014 1:00:00 PM
- Archive Date
- 8/23/2014
- Point of Contact
- Samuel M Kistner, Phone: 202-685-5534, Cathy J Stangler, Phone: 202-685-5507
- E-Mail Address
-
samuel.kistner@navy.mil, cathy.stangler@navy.mil
(samuel.kistner@navy.mil, cathy.stangler@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00033-14-R-3201 Attachment V Mission Essential Contractor Services Plan Worksheet N00033-14-R-3201 Attachment U Mission Essential Contractor Services N00033-14-R-3201 Attachment T Decon Station DWG N00033-14-R-3201 Attachment S Contract Data Requirement List (CDRLs) N00033-14-R-3201 Attachment P Mission Cargo Data N00033-14-R-3201 Attachment O Past Performance Data Questionnaire N00033-14-R-3201 Attachment N COMSCINST 3121.9 Series N00033-14-R-3201 Attachment M Off-Hire Guidelines N00033-14-R-3201 Attachment L Shipboard Security System (SSS) Requirements N00033-14-R-3201 Attachment K Specs for CBR-D Decon Station N00033-14-R-3201 Attachment J Anti-Terrorism/Force Protection (AT/FP), Chemical, Biological, and Radiological Defense (CBR-D), and Training Requirements N00033-14-R-3201 Attachment I SF LLL, Disclosure of Lobbying Activities N00033-14-R-3201 Attachment G DD 254, Contract Security Classification Specification N00033-14-R-3201 Attachment E Vessel Characteristics Record for Operations N00033-14-R-3201 Attachment C Crew Complement Form N00033-14-R-3201 Attachment B-1 Pricing Summary N00033-14-R-3201 Attachment B Basic Pricing Data N00033-14-R-3201 Attachment A Government Furnished Property and Directives (GFP) N00033-14-R-3201 RFP This solicitation is for one self-sustaining, U.S. flagged vessel, capable of maintaining an average speed of sixteen (16) knots and minimum operating range of 13,000 nautical miles (nm). The vessel shall have a minimum capacity of 2,350 TEUs and provide climate control for a minimum of 1,500 TEU ammunition laden containers. Attached is the RFP N00033-14-R-3021 and its attachments, which will only be open for thirty (30) days. All responsible sources may submit a bid, proposal or quotation which shall be considered by the agency. This procurement will be competed as a tiered small business set-aside. If the government receives offers from two or more responsible small business concerns that are competitive in terms of market prices, quality, and delivery; no offers received from other than small business concerns will be considered for award. If the Government does not receive offers from two or more responsible small business concerns that are competitive in terms of market price, quality, and delivery; all offers, including offers from other than small business concerns, will be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N00033-14-R-3201/listing.html)
- Record
- SN03417446-W 20140710/140708234827-2ada52b9200b0f953a0e1731e01591e9 (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 |