Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2018 FBO #6133
MODIFICATION

J -- USS RUSHMORE (LSD 47) FY19 DSRA

Notice Date
9/6/2018
 
Notice Type
Modification/Amendment
 
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-4410
 
Archive Date
9/26/2018
 
Point of Contact
Martha A. Bello, Phone: 2027813864, Michael J. Ravnitzky, Phone: 202-781-3192
 
E-Mail Address
Martha.Bello@navy.mil, michael.ravnitzky@navy.mil
(Martha.Bello@navy.mil, michael.ravnitzky@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command (NAVSEA) intends to issue solicitation N00024-18-R-4410 for the execution of the USS RUSHMORE (LSD 47) Fiscal Year (FY) 19 Dry-Docking Selected Restricted Availability (DSRA) on the West Coast. The availability will include a combination of maintenance, modernization, and repair, and is expected to require a highly capable contractor with substantial facilities, to include a WHIDBEY ISLAND-Class Dock Landing Ship capable pier and dry-dock as well as human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization. The delivery date of the vessel is expected to be no later than 30 May 2020. In accordance with the CNO's Homeport Statute, 10 U.S. Code 7299a(c), CNO availabilities with production periods estimated to be greater than 10 months are considered long-term and will be competed on a coast-wide basis, without limiting the place of performance to the vessel's homeport. As the production period for the FY19 DMP is greater than 10 months, the availability shall be competed on a coast-wide basis. Based on the complexity, magnitude, and duration of the requirement, the Government's market research indicates there are not two or more small business concerns capable of competing for the requirement and therefore this procurement will not be set-aside for small business (FAR 19.502-2(b)). 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 Government anticipates release of a Request for Proposal (RFP) on or around 14 September 2018. The Government anticipates making a single award on or around 28 January 2019.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-18-R-4410/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN05077222-W 20180908/180906232816-d34fc5cbbdc6c453a13764b78053fcab (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.