Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2018 FBO #5948
SOLICITATION NOTICE

58 -- Radar antenna system and component overhauls, repairs, coatings, shipboard installations and removals, and technical support services

Notice Date
3/5/2018
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016418RWP40
 
Archive Date
8/21/2018
 
Point of Contact
Andrew Queen,
 
E-Mail Address
andrew.queen@navy.mil
(andrew.queen@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N0016418RWP40 - Radar antenna system and component overhauls, repairs, coatings, shipboard installations and removals, and technical support services - PSC 5840 - NAICS 334511 - Anticipated RFP issue date 05-APR-2018 - Anticipated RFP closing date 06-JUL-2018 02:00 PM EST. The Navy intends to solicit and negotiate this contract providing for full and open competition IAW FAR Subpart 6.1. Delivery is FOB Destination. Naval Surface Warfare Center (NSWC), Crane Division intends to solicit and award a single Five Year Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contract for radar antenna system and component overhauls, repairs, coatings, shipboard installations and removals, and technical support services of the following systems: AN/SPS-48; AN/SPS-49 AN/SPS-67(V)1; AN/SPS-40; AN/SPS-73; AN/SPS-67 (V)3/5; AN/SPQ-9B; AN/SPS-55; AN/SPS-75; and AN/SPS-77. Radar antenna systems include United States Navy (USN), United States Coast Guard (USCG), and Foreign Military Sales (FMS) assets. The Government intends to award to the responsible Contractor whose offer represents the best value, utilizing the Tradeoff Process, to the Government considering technical, past performance, and price. Due to the quantity of mandatory Government in process inspections during overhaul, the contractor must be located within 120 road miles from NSWC Crane. The following Contract Line Item Numbers (CLIN(s)) are anticipated: CLIN 0001 - AN/SPS-67(V)1 Evaluation - FFP CLIN 0002 - AN/SPS-48 Antenna Evaluation - FFP CLIN 0003 - AN/SPS-48 Pedestal Evaluation - FFP CLIN 0004 - AN/SPS-49 Reflector Evaluation - FFP CLIN 0005 - AN/SPS-49 Pedestal Evaluation - FFP CLIN 0006 - AN/SPS-67(V)1 Standard Overhaul - FFP CLIN 0007 - AN/SPS-48 Antenna Standard Overhaul - FFP CLIN 0008 - AN/SPS-48 Pedestal Standard Overhaul - FFP CLIN 0009 - AN/SPS-49 Reflector Standard Overhaul - FFP CLIN 0010 - AN/SPS-49 Pedestal Standard Overhaul - FFP CLIN 0011 - Labor - Supplemental repairs for AN/SPS-67(V)1, AN/SPS-48, and AN/SPS-49; System Repair and Overhaul labor for AN/SPS-40, AN/SPS-73, AN/SPQ-9B, and AN/SPS-67(v)3/5; Labor for paint/coating removal, painting/coating preparation and application, minor physical repair of the AN/SPS-55, AN/SPS-75 and AN/SPS-77; Overhaul and Coatings support services; Final Prep and Test Support of the AN/SPS-48 and AN/SPS-49 Antenna Systems - CPFF CLIN 0012- ODC in support of CLIN 0011 - Cost CLIN 0013- Material in support of CLIN 0011 - Cost CLIN 0014- Data- NSP The Government estimates that the IDIQ minimum will be a quantity of 01 each of CLIN(s) 0001 through 0010. The Government estimates that the IDIQ maximum is potentially a quantity of 600 total of CLIN(s) 0001 through 0010, and an estimated total maximum of $51M over the course of the Five Year Contract. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. Additionally, contractors will be required to have a Secret security clearance in order to be considered for contract award. All manuals, specifications, and other technical documents will be available to request at time of RFP issuance. Upon contractor request, the Government will verify registration in the requisite systems, and send all documents via CD-ROM to the requestor. All changes that occur prior to the closing date will be posted to the FedBizOpps website. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and be considered for future discussions or award. Questions or inquiries should be directed to Andrew Queen, Code 0241, telephone: 812-854-5905, and e-mail: andrew.queen@navy.mil. Please reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418RWP40/listing.html)
 
Record
SN04843019-W 20180307/180305231424-cefe5ba4bb080caa990481a1785ce407 (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.