Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2017 FBO #5776
SOLICITATION NOTICE

L -- Surface Craft Combat Systems, Command, Control, Communications, Computers & Intelligence (CS/C4I), Anti-Submarine Warfare (ASW), Undersea Warfare (USW), Mine Warfare Systems (MIW) and Combat Systems Engineering, Analytical, Logistics and Technical Support

Notice Date
9/14/2017
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Mid-Atlantic Regional Maintenance Center - N50054, PO Box 215, Building 51, 2nd Floor, Portsmouth, Virginia, 23705-0215, United States
 
ZIP Code
23705-0215
 
Solicitation Number
N50054-17-R-0002
 
Point of Contact
MARMC Code 411, Phone: (757) 400-0324, Roger N. Gwyn, Phone: (757) 400-0324
 
E-Mail Address
MARMC_NRFK_411_PROCUREMENT@navy.mil, roger.gwyn@navy.mil
(MARMC_NRFK_411_PROCUREMENT@navy.mil, roger.gwyn@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Contract Procurement Division, Mid-Atlantic Regional Maintenance Center (MARMC), Norfolk, VA, intends to issue solicitation N50054-17-R-0002 for Surface Craft Combat Systems, Command, Control, Communications, Computers & Intelligence (CS/C4I), Surface Ship Anti-Submarine Warfare (ASW), Surface Ship Undersea Warfare (USW), Surface Ship Mine Warfare Systems (MIW) and Combat Systems engineering, analytical, logistics and technical support services. The contractor shall provide the requisite engineering, analytical, logistical, and technical support of a non-personal nature for Surface Combatant mechanical, electrical, and electronic systems. Support shall be provided in the following areas: 1. Technical Assistance; 2. Equipment Operation Assessment; 3. Shipboard Alteration (SHIPALTs), Temporary Alternations (TEMPALTs), Mechanical Alternations (MACALTs); Ordnance Alterations (ORDALTs), Alteration Installation Team (AIT), Engineering Change (ECs) and Field Change (FCs) Support; 4. Extended Shipyard or Pier side Availability Repair and Modification Support; 5. Integrated Logistics Support; 6. Program Planning; 7. Reliability Engineering Support; and 8. Training Support. A major portion of the work under this contract will require equipment specific and system expertise to aid in trouble shooting, repair, assessment analysis, inspection, root cause localization, identification, maintenance training, logistics configuration support, alteration development/installation, and/or long term problem resolution, related to CS/C4I, ASW, USW, MIW and Combat Systems. This procurement will be solicited and awarded under full and open competition in accordance with FAR 6.1 using the policies and procedures found in FAR Part 15 "Contracting by Negotiation". The North American Industry Classification System (NAICS) code for this acquisition is 541330, Engineering Services, and the applicable size standard is $15.0 Million. The corresponding Federal Supply Code (FSC) is L020. The proposed acquisition will be a Multiple Award Indefinite Delivery, Indefinite Quantity type contract (MAC-IDIQ) which will have Cost Plus Fixed Fee (CPFF) and Fixed Price (FP) Labor CLINs with additional Other Direct Cost/Travel CLINs arrangement. Contract award will be made to the offeror(s) who represents the Best Value to the Government utilizing technical, past performance and price as evaluation factors. A Sources Sought Notice was posted to FEDBIZOPPS on 06, October 2016 referencing solicitation number N50054-17-R-0002. Based on the results of the Sources Sought Notice and other market research conducted, the Government has determined that this requirement will be issued under full and open competition. The prospective Request for Proposal (RFP) will be processed utilizing "Full and Open Competition" and will require a Small Business Subcontracting Plan from large business offerors. A DD-2579 documenting this decision has been approved by the Small Business Deputy. The contractor's inspection, period of performance, and place of performance will be noted in the solicitation. The period of performance for the resulting contract will be for one (1) twelve (12) month base period and four (4) one year option periods. All options will be evaluated in accordance with FAR 17.206(a). A complete RFP package will be available by downloading the documents at the FEDBIZOPPS at http://www.fedbizopps.gov on or around OCTOBER 2017. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will NOT issue hard copy solicitations. By submitting an offer, the vendor is self-certifying that neither the requestor nor the principal corporate officials and 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 offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov. Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/20959691fe7b3daac5111e11c49def18)
 
Record
SN04677903-W 20170916/170914232328-20959691fe7b3daac5111e11c49def18 (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.