SOLICITATION NOTICE
J -- N00024-18-R-4442 RFP (Draft) - Draft RFP
- Notice Date
- 1/9/2018
- Notice Type
- Combined Synopsis/Solicitation
- 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
- N00024-18-R-4442
- Response Due
- 3/30/2018
- Archive Date
- 5/31/2018
- Point of Contact
- Robert V. Miron, Phone: 2027811570, Steven G. Galer, Phone: 202-781-2873
- E-Mail Address
-
robert.miron@navy.mil, steven.galer@navy.mil
(robert.miron@navy.mil, steven.galer@navy.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- CDRL C2 CDRL C1 CDRL B9 CDRL B8 CDRL B7 CDRL B6 CDRL B5 CDRL B4 CDRL B3 CDRL B2 CDRL B1 CDRL A014 CDRL A012 CDRL A008 CDRL A005 CDRL A003 CDRL A002 CDRL A001 S-5 Management and Technical Capabilities Data Sheet S-4 QASP PH MAC IDIQ S-3 Past Performance Reference List S-2 Request for Pre-Proposal Information Form S-1 Past Performance Questionnaire J1 Attachment - PH MAC Labor and Material Price Sheet N00024-18-R-4442 PH MAC RFP The Naval Sea Systems Command (NAVSEA) intends to issue solicitation N00024-18-R-4442 for Multiple Award - Indefinite Delivery Indefinite Quantity Contracts (MAC-IDIQs) for ship repair availabilities for Navy non-nuclear surface combatant ships homeported or visiting Pearl Harbor, HI. This solicitation is for a Firm Fixed Price type contract. The Government intends to hold an industry day in Pearl Harbor on Thursday January 25th, 2018 at 0700. Please see FBO post: https://www.fbo.gov/index?mode=form&id=1591d7720c49f9e651f0c77905148c51&tab=ntype This solicitation may result in multiple contracts. Each contract will include a base year and 4 option periods. The ship repair MAC-IDIQs are maintenance and modernization supply contracts. The supply being procured is the repaired, mission-ready vessel, which is returned to service within the U.S. Navy Fleet. The requirement is separated into two lots as follows: • Lot 1 consisting of complex scheduled Chief of Naval Operations (CNO) and continuous maintenance (CM) Availabilities (CMAVs). Complex work includes significant work on critical systems, highly integrated and manpower intensive availabilities, CNO Availabilities. • Lot 2 consisting of non-complex scheduled CMAVs as well as unscheduled emergent maintenance (EM) Availabilities. Non-complex work generally includes work on non-critical systems and equipment although in some cases work certification will be required. The scope is expected to require less capabilities than Lot 1 availabilities; both in human resources and facilities. Lot 1 will be solicited as a full and open competition. Lot 2 will be set aside for Small Business. The non-complex requirements may be procured under the Complex MAC-IDIQ when doing so is in the best interest of the Government. If two or more small businesses are awarded contracts under Lot 1, specific Delivery Orders may be set-aside for small business. The solicitation will be issued electronically via Federal Business Opportunities (FBO) at http://fbo.gov and interested parties must comply with that announcement. Interested offerors should monitor the FBO page for the release of the solicitation, and any applicable amendments. Offerors must be registered in the System for Award Management (SAM) in order to participate in this procurement at https://www.sam.gov/portal/public/SAM/. FBO is the single point of entry for posting of the synopsis and solicitations to the internet. This pre-solicitation notice is for information only and shall not be construed as a commitment by the Government to solicit contractual offers or award of contracts. The Government is not soliciting, nor will it accept proposals as a result of this synopsis. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. All responsible sources may submit a proposal, which shall be considered by the agency. The solicitation is forthcoming.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-18-R-4442/listing.html)
- Place of Performance
- Address: 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- Zip Code: 20376
- Zip Code: 20376
- Record
- SN04784765-W 20180111/180109231102-9e885663028c3645522a64d18bed969e (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 |