MODIFICATION
19 -- USS MONTPELIER (SSN 765) Interim Dry Docking (IDD) and USS COLUMBUS (SSN 762) Engineering Overhaul (EOH)
- Notice Date
- 10/16/2014
- Notice Type
- Modification/Amendment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N0002415R4300
- Archive Date
- 11/18/2014
- Point of Contact
- Marina E. Atchison, Phone: 2027813039
- E-Mail Address
-
marina.atchison@navy.mil
(marina.atchison@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this modification is to combine the synopsis for the USS MONTPELIER (SSN 765) Interim Dry Docking (IDD) and the USS COLUMBUS (SSN 762) Engineering Overhaul (EOH). The Naval Sea Systems Command (NAVSEA) intends to conduct a limited competition for the Fiscal Year (FY) 16 Interim Dry Docking (IDD) for the USS MONTPELIER (SSN 765) and the Fiscal Year (FY) 17 Engineering Overhaul (EOH) for the USS COLUMBUS (SSN 762). The USS MONTPELIER IDD includes advance planning, engineering and design efforts, prefabrication, and shipyard execution. The product of the USS MONTPELIER IDD is a repaired, mission-ready USS MONTPELIER (SSN 765). The USS COLUMBUS EOH includes advance planning, engineering and design efforts, prefabrication, and shipyard execution. The product of the USS COLUMBUS EOH is a repaired, mission-ready USS COLUMBUS. The Government's intent is to issue a single solicitation containing two Lots of contract line item numbers (CLINs). Lot 1 will be for the USS MONTPELIER IDD requirements including planning and execution. Lot 1 will include options for growth work and new work. Lot 2 will be for the USS COLUMBUS EOH requirements including planning and execution. Lot 2 will include options for growth work and new work. The solicitation is expected to include firm-fixed-price CLINs for planning and execution with special incentives and cost-plus-fixed-fee level-of-effort CLINs for growth work and new work. This requirement will be competed between Huntington Ingalls Industries, Newport News Shipbuilding (HII-NNS) and General Dynamics, Electric Boat (EB). These two private shipyards are the only nuclear qualified and certified shipyards capable of performing this work. This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source or a limited number of sources under the authority FAR 6.302. Interested persons may identify their interest and capability to respond to this requirement. This notice of intent is not a request for competitive proposals. The notice is for informational purposes only. Solicitation documents are not available at this time. A determination of the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The place of performance for this requirement will be determined based on the competition award decision(s). The USS MONTPELIER IDD is projected to start on 15 September 2016 with an expected duration of 15 months. The USS COLUMBUS EOH is projected to start on 25 January 2017 with an expected duration of 20 months. This notice is for informational purposes only. Solicitation documents are not available at this time. The Government anticipates that an industry day may occur in early December. A separate notice regarding an industry day will be posted once a decision is made. The solicitation will be issued in the early part of FY15 with a tentative date for receipt of the proposal within sixty (60) days of issuance of the solicitation. Positive and negative responses are requested no later than 3 November 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002415R4300/listing.html)
- Record
- SN03552025-W 20141018/141016234852-455876e66c198276bb8c4d692039a8b1 (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 |