Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2020 SAM #6748
SOLICITATION NOTICE

A -- SOLE SOURCE - TESTING OF WEAPON SYSTEMS AND OPERATIONS OF UNDERWATER LAUNCH TEST CAPABILITY (ULTC) PROGRAM

Notice Date
5/19/2020 12:21:25 PM
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016420RJR84
 
Response Due
6/5/2020 12:00:00 PM
 
Archive Date
07/20/2020
 
Point of Contact
Danielle Julian-Klier, Phone: 8128544929
 
E-Mail Address
danielle.julian-klie@navy.mil
(danielle.julian-klie@navy.mil)
 
Description
N0016420RJR84 � SOLE SOURCE - TESTING OF WEAPON SYSTEMS AND OPERATIONS�OF UNDERWATER LAUNCH TEST CAPABILITY (ULTC) PROGRAM � PSC AC51 � NAICS�541715 Issue Date: 19 May 2020 � Closing Date: 05 June 2020 � 3:00 P.M. EST This synopsis is being posted to the Beta SAM page, located at https//beta.sam.gov. Beta SAM�is the single point of entry for posting of synopsis and solicitations to the internet. The Beta�SAM website may be used to access information posted by NSWC Crane. ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement to�acquire site activation, test and evaluation, and sustainment in support of the Underwater�Launch Test Capability (ULTC) Program for prototype testing and qualification of a missile launcher subsystem with respect to overall Weapons System. SOLE SOURCE PROCUREMENT- The proposed contract action is for the operation of the�ULTC Program located at NSWC Crane, Crane, IN. The contract shall include all operations for�site activation, test and evaluation, and sustainment support of the ULTC Program. The tasking contemplated for this contract will be executed in a Government-owned Contractor-Operated�facility located at NSWC Crane and provides for Engineering and Technical Services for the�operation of the ULTC. The Government intends to enter into a cost plus fixed fee and cost only�type contract for Research, Development, Test and Evaluation (RDT&E). The anticipated�period of performance for this effort is five (5) years, one (1) base year and (4) option years, from FY22 through FY27.The proposed contract will include approximately 404,185 man-hours�as well as materials, other incidental services and travel in direct support of the ULTC. The�delivery shall be FOB Destination, NSWC Crane, 300 Highway 361, Crane, IN 47522-5001. It is�anticipated that inspection will be at destination and acceptance will be at destination. The Government intends to solicit and negotiate with one source, Jacobs Technology Inc.,1030��Titan Court Ste. 200, Fort Walton Beach, FL 32547, under the authority of 10 U.S.C 2304(c)(1)�one responsible source and no other supplies or services will satisfy the needs of the agency as�implemented by FAR 6.302-1. This is being sole sourced because the Government does not�possess the capability, design knowledge, experience and process data adequate to allow for full and open competition. Based upon their unique building design, support equipment design,�weapons testing system knowledge and experience, Jacobs Technology Inc. is the only�contractor possessing the capability to provide the required supplies/services to meet mission�requirements without significant duplicative costs and time delays to the Government, which�would not be recouped through a competitive contract action. All responsible sources may�submit a capability statement which shall be considered by the agency. However, a�determination by the Government not to compete with this proposed contract based upon�responses to this synopsis is solely within the discretion of the Government. Information�received will normally be considered solely for the purpose of determining whether to conduct a�competitive procurement. Anticipated Period of Performance will be FY22-FY27. The proposed noncompetitive contract action is anticipated to be awarded under FAR Part 15,�Contracting by Negotiations. It is anticipated that the contract action will be awarded the First Quarter of FY22. Companies interested in subcontracting opportunities should contact Jacobs Technology�directly. This notice is for informational purposes only. Contractors must be properly registered in the System for Award Management (SAM). 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. 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 . Contract Opportunities on https://beta.sam.gov/ has officially replaced FBO.gov All changes that occur prior to the closing date will be posted to Contract Opportunities on�https://beta.sam.gov/. For changes made after the closing date, only those offerors that provide�a proposal will be provided any changes/amendments and considered for future discussions�and / or award. No solicitation will be available at Beta.SAM.gov and no hard copies of the solicitation will be�mailed. Responsible sources may submit a capability statement, proposal, or quotation which�shall be considered by the agency. It is the responsibility of the interested vendor to submit their�capability statement, proposal, or quotation to the Point of Contact (POC) at NSWC, Crane.��Questions or inquiries should be directed to Danielle Julian-Klier, Code 0232, 300 HWY 361, Crane, IN 47522-5001, telephone 812-854-4929, e-mail danielle.julian-klie@navy.mil. Please�reference the above solicitation number when responding to this notice. Attachment: Draft Statement of Work
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fa23b43e8777406da3808f770097b1c8/view)
 
Record
SN05662237-F 20200521/200519230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.