Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 01, 2021 SAM #7305
SOLICITATION NOTICE

R -- Hull, Mechanical and Electrical (HM&E) Machinery and Systems Services

Notice Date
11/29/2021 10:05:39 AM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
 
ZIP Code
19112-1403
 
Solicitation Number
N64498-22-CTW-4004
 
Archive Date
09/14/2023
 
Point of Contact
Craig T. Wright, Phone: 2158978275, Michael Ford, Phone: 2158971805
 
E-Mail Address
craig.wright@navy.mil, michael.ford@navy.mil
(craig.wright@navy.mil, michael.ford@navy.mil)
 
Description
Pre-solicitation Notice SAM � Business Opportunities NAICS: 336611 Classification R: �Professional, Administrative and Management Support Services� Title: Hull, Mechanical and Electrical (HM&E) Machinery and Systems Services The Naval Surface Warfare Center Philadelphia Division (NSWCPD) Philadelphia, PA intends to procure Engineering and Support Services in support of Hull, Mechanical and Electrical (HM&E) Machinery and Systems Services. The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is a Department of Defense entity responsible for research and development, test and evaluation, engineering and fleet support organization for the Navy�s ships, submarines, military watercraft and unmanned vehicles.� This requirement is for NSWCPD Divisions 41 and 43, which are responsible for Auxiliary Machinery Systems, and Hull, Sail, and Machinery Systems, respectively. Further, NSWCPD, as the Division's Machinery Engineering Directorate, is the Navy�s agent for the coordination and planning of all the engineering and technical support services for Hull, Mechanical and Electrical (HM&E) machinery and systems. To accomplish this mission, NSWCPD utilizes extensive resources to conduct its business to the best advantage of the Navy, Fleet and other Federal Agency maritime assets. The engineering and technical support services are accomplished in all areas where Foreign Military, U.S. Navy, and Military Sealift Command (MSC) ships operate and are homeported. These services are accomplished in whole or in phases that minimize interruption in ship operating schedules while maximizing the capacity of Type Commander and NAVSEA agencies to upgrade and modernize systems.� This acquisition is a follow-on Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) to the following awarded incumbent contracts under this requirement:� N64498-18-D-4017 - HII Fleet Support Group LLC N64498-18-D-4018� - Delphinus Engineering, Inc. N64498-18-D-4019� - Epsilon Systems Solutions, Inc.� N64498-18-D-4020 - General Dynamics Information Technology, Inc. N64498-18-D-4021 - Q.E.D. Systems Inc. This acquisition is being procured unrestricted; however, set-aside decisions will be made at the task order level. The procurement will be awarded on a technically acceptable basis, using combined technical/risk ratings, requiring the submission of a technical proposal with selected non-price factors.� Cost proposal submissions and analysis will be performed at the task order level. The NAICS classification for this acquisition is 336611. The Government intends to award an Indefinite Delivery, Indefinite Quantity, Cost-Plus-Fixed-Fee (CPFF) type contract with provisions for potential Firm Fixed Price (FFP) task orders. The level of effort (LOE) for the performance of this contract is based upon an anticipated total estimated level of effort of 2,592,000 labor hours.� It is intended to allow for both LOE and Completion (Term) type task orders. Multiple awards are anticipated. The ordering period for resultant contracts is anticipated to be sixty (60) months, with an anticipated period of performance of seventy-two (72) months. Performance under this Contract will require work aboard military vessels at various locations, including, but not limited to, private shipyards, Naval shipyards and military establishments both in the continental United States and overseas, and will also require work to be performed at the Contractor facility.� The place(s) of performance shall be specified on individual Task Orders. Upon release of solicitation (which is projected to be released no later than (NLT) March of 2022), it is anticipated that the request for proposals (RFP) will close at least 30 days thereafter. The actual required receipt date will be specified on page one (1) of the RFP.� All interested parties may download the solicitation, once posted, and any amendments at WWW.SAM.GOV. All contractors must be registered with the System for Award Management Website (SAM) in order to search and access documents.� Inquiries concerning this synopsis should be emailed to the contract specialist, Craig Wright at craig.t.wright.civ@us.navy.mil.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fa0a415e1f484213be0ca4a5366367e0/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN06186234-F 20211201/211129230115 (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.