SOLICITATION NOTICE
J -- MK 45 Gun Mount Waterfront Services Request for Proposal - Request for Proposal (RFP) N0002418R5318
- Notice Date
- 7/13/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- 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
- N0002418R5318
- Point of Contact
- Matthew A. Gilliard, Phone: 202-781-2808, Stacy M. Crisman, Phone: 202-781-4081
- E-Mail Address
-
matthew.gilliard@navy.mil, stacy.crisman@navy.mil
(matthew.gilliard@navy.mil, stacy.crisman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 9 - Bidders Questions Form Attachment 8 - DCAA Rate Check Form Attachment 7 - Quality Assurance Surveillance Plan (QASP) Attachment 6 - Example TI MK45 Waterfront Services Attachment 5 - Staffing Plan (Without Cost) Attachment 4 - Staffing Plan (With Cost) Attachment 3 - Cost Summary Format Attachment 2 - Contracting Effort Narrative Attachment 1 - Past Performance Questionnaire Exhibit A - CDRL DD Form 1423 RFP N0002418R5318 The Naval Sea Systems Command (NAVSEA) is issuing solicitation N0002418R5318 to competitively procure services and material necessary to maintain operational availability of the MK 45 Gun Mount, an integral element of the MK 34 Gun Weapons System (GWS). A requirement exists to conduct Standard Pier-side Maintenance & Repair (SPMR) evolutions and Install Ordinance Alteration (ORDALT) kits to sustain the MK 45 Gun Mount in an operable condition. These actions will provide lifecycle support for in-service and new contraction MK 45 Gun Mounts employed on U.S. Navy Cruisers and Destroyers, and AEGIS equipped Foreign Ships. This effort was originally solicited under notice N00024-17-R-5389, and is being re-issued under a new solicitation number. The MK 45 Gun Mount Waterfront Services level of effort (LOE) contract will be performed in the following locations: San Diego, CA Norfolk, VA Mayport, FL Everett, WA Honolulu, HI Yokosuka, JA Bath, ME Pascagoula, MS Rota, Spain Any other Fleet Emergent Locations as directed by the COR. The anticipated contract type is a Cost Plus Fixed Fee (CPFF) Level of Effort (LOE). The anticipated period of performance will include a base period of one (1) year and three (3) one (1) year option periods. All proposals shall be submitted in accordance with the RFP no later than 2:00PM EDT on 24 August 2018. Questions regarding the RFP can be submitted via email using Attachment 9 to Matthew Gilliard (matthew.gilliard@navy.mil) and Stacy Crisman (stacy.crisman@navy.mil). Any amendments or updates regarding this RFP will be posted to FBO.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002418R5318/listing.html)
- Place of Performance
- Address: San Diego, CA, Norfolk, VA, Mayport, FL, Everett, WA, Honolulu, HI, Yokosuka, JA, Bath, ME, Pascagoula, MS, Rota, Spain, Any other Fleet Emergent Locations as directed by the COR., United States
- Record
- SN04991285-W 20180715/180713230923-3858494a36e44cb402003cfa30cc7263 (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 |