SOLICITATION NOTICE
J -- Shipboard Habitability Ship Systems Alteration Development / Installation
- Notice Date
- 2/7/2017
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Philadelphia Division, 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112-1403, United States
- ZIP Code
- 19112-1403
- Solicitation Number
- N64498-17-R-5009
- Archive Date
- 4/22/2017
- Point of Contact
- David A. Rhoads, Phone: 215-897-7702, Cynthia Esposito, Phone: 215-897-7063
- E-Mail Address
-
david.rhoads@navy.mil, cynthia.esposito@navy.mil
(david.rhoads@navy.mil, cynthia.esposito@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Naval Surface Warfare Center Philadelphia Division (NSWCPD) has a requirement, to be awarded on a competitive basis, to solicit engineering and technical support services for Habitability systems. Work is to consist of material procurement, tooling, equipment, labor and facilities for the design, installation and repair of Habitability Spaces, Facilities, Distributive Systems, Fixtures and Equipment. Habitability Spaces and Facilities consist of living, leisure and community spaces; sanitary spaces; food service and mess area spaces; medical and dental spaces; personnel service spaces i.e., barber shop, ship store, post office, disbursing, legal, gym, religious ministry and welfare, vending machine area; laundry and dry cleaning facilities; offices; workshops, laboratories and tool issue rooms; stowage, storerooms and store issue rooms. The services to be provided shall encompass the repair or replacement of interior finish materials i.e. bulkhead and overhead sheathing; deck covering systems; paint coatings; furnishings and outfitting including doors, hatches and ladders; supporting distributive systems i.e., heating, ventilation, and air conditioning; power and lighting; potable and chill water; drain, waste and vent; structural and non-structural modifications. The provided services shall encompass adherence to established environmental and personnel protection policies and requirements including hazardous material testing, handling and disposal. The official Request for Proposal (RFP) will be published on the Federal Business Opportunities website at http://www.fbo.gov. Written proposals will be requested. Interested offerors should monitor FEDBIZOPPS for the release of the RFP. The RFP is anticipated for release in November of Fiscal Year (FY)2018, with award anticipated in December of FY 2019. Award is anticipated of an Indefinite-Delivery Indefinite-Quantity (IDIQ) Cost-Plus-Fixed-Fee (CPFF) contract; with Firm-Fixed-Price (FFP) ordering provisions for delivery orders defined specifically for fixed prices. The period of performance will be five (5) years. This effort is being competed as a 100% small business set-aside. The Government will make up to four (4) awards under this solicitation. This contract will be competitively awarded pursuant to 10 U.S.C. 2304 and the Federal Acquisition Regulations 6.401 (b). The Product Service Code (PSC) for this effort is R425. This announcement is published for informational purposes only, no solicitations are being requested at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/376caacdd3556b4d4aaa5085b90236e3)
- Place of Performance
- Address: It is estimated that approximately 45% of the work will be performed in the Norfolk, VA area, 5% at other East Coast areas, 45% on the West Coast and 5% at various overseas locations, United States
- Record
- SN04393420-W 20170209/170207234711-376caacdd3556b4d4aaa5085b90236e3 (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 |