Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2021 SAM #7097
SOLICITATION NOTICE

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

Notice Date
5/5/2021 11:20:11 AM
 
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
N0016421RJR84
 
Response Due
5/20/2021 12:00:00 PM
 
Archive Date
07/04/2021
 
Point of Contact
Danielle Julian-Klier, Phone: 8128544929
 
E-Mail Address
danielle.julian-klie@navy.mil
(danielle.julian-klie@navy.mil)
 
Description
N0016421RJR84 � SOLE SOURCE - TESTING OF WEAPON SYSTEMS AND OPERATIONS OF UNDERWATER LAUNCH TEST CAPABILITY (ULTC) PROGRAM � PSC AC11 � NAICS 541715 Issue Date: 05 May 2021 � Closing Date: 20 May 2021 � 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, two (2) base years and three (3) option years, from FY23 through FY28.The proposed contract will include approximately 442,593 manhours 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�competitive procurement. Anticipated Period of Performance will be FY23-FY28. 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 FY23. 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. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e854469087564814a18231022f40a341/view)
 
Record
SN05991936-F 20210507/210505230111 (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.