Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2023 SAM #8055
SOLICITATION NOTICE

J -- Alteration Installation Team (AIT), NSWC Carderock

Notice Date
12/15/2023 11:48:47 AM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NSWC CARDEROCK BETHESDA MD 20817-5700 USA
 
ZIP Code
20817-5700
 
Solicitation Number
N00167_24_PRESOL_AIT
 
Response Due
12/29/2023 1:00:00 PM
 
Archive Date
01/13/2024
 
Point of Contact
Kathryn Haynes, Phone: 757-285-6701, Caroline Xenia Lira, Phone: 757-981-4245
 
E-Mail Address
kathryn.s.haynes2.civ@us.navy.mil, caroline.x.lira.civ@us.navy.mil
(kathryn.s.haynes2.civ@us.navy.mil, caroline.x.lira.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL � AWARD OF A CONTRACT/DELIVERY ORDER (DO) WILL NOT BE MADE AS A RESULT OF THIS NOTICE. This is a SYNOPSIS/PRESOLICITATION announcement in accordance with FAR 5.2.� A Sources Sought/RFI announcement (N0016724SSAIT) associated with this solicitation was posted on 11 July 2023 to identify interested sources and obtain feedback on the draft Statement of Work.� As a result of information obtained from responses to the Sources Sought/RFI announcement, this requirement will be solicited as a SMALL BUSINESS SET-ASIDE.� The activity�s Small Business Office concurs with this determination.� ���� NSWCCD, Combatant Craft Division, Code 83 is responsible for providing quality and responsive full spectrum, full life cycle engineering and technical support for various watercraft classes for the Department of Defense (DoD), and other Government entities. Associated watercraft systems include not only internal watercraft systems (e.g., engines, piping, generators, batteries, cabling, navigation equipment, etc.), but also those items that allow the user commands to perform their missions as ancillary components integral to the craft, such as trailers, transporters, launch and retrieval systems, hoisting and lifting components/systems, cradles, aircraft transport support systems, aircraft deployment systems, stowage systems, and maintenance/supply containers/modules. For the remainder of this document, the term �watercraft� will be used to indicate all those systems. NSWCCD sponsors include the U.S. Navy, Special Operations Command, U.S. Army, U.S. Air Force, U.S. Marine Corps, U.S. Coast Guard, U.S. Customs and Border Protection, National Oceanic and Atmospheric Administration, Defense Intelligence Agency, Drug Enforcement Agency, U.S. Immigration and Customs Enforcement, U.S. Department of Homeland Security, U.S. Central Intelligence Agency, U.S. Department of Energy, Federal Bureau of Investigation, the National Aeronautics and Space Administration, and foreign countries/entities. This contract is for the acquisition of modernization services/installation in support of the NSWCCD mission. This is a multi-disciplinary contract that requires the following support; program management, planning, logistics/material procurement, prototyping, incidental repair, and alteration installation with advanced knowledge in the following industrial support areas; hull/structural, mechanical, electrical and electronic systems. Alteration Installation Team (AIT) is defined herein as a group of contractor personnel that accomplish installation of modernization packages to a wide variety of Navy Boats and Combatant Craft. This requirement involves the purchase and or/fabrication, storage, kitting, transportation and installation of modernization packages. Government direction in the form of Boat Alterations (BOAT ALT�s) and Liaison Action Reports (LAR�s) detail the modernization efforts to be accomplished. Installation of the modernization packages will be conducted by Fly-Away teams who will accomplish installation at various military installations both inside the Continental United States and Outside the Continental United States (CONUS/OCONUS). The expected work distribution by performance location is: Mid-Atlantic US (25%); Southwest US (25%); Northeast US/Gulf Coast US/Northwest US/Other 10%, OCONUS (40%). OCONUS locations typically include, but are not limited to; Bahrain, Djibouti, Dubai, Greece, Guam, Italy, Japan, Spain, United Arab Emirates, Hawaii and Alaska. North American Industry Classification System (NAICS) Code: 336611 Ship Building and Repairing Small Business Size Standard: 1,300 employees for NAICS Code 336611 (For more information about Size Standards, refer to https://www.sba.gov) Incumbent: There is no incumbent for this contract solicitation as this is a new requirement for a stand-alone contract at NSWCCD. Expected Contract Type: A Single Award, Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type contract is anticipated. The Government anticipates utilizing the best value trade-off source selection process in the evaluation of proposals. Delivery Order Period: Total potential five year ordering period. The solicitation, any documents related to the procurement and all amendments issued will be in electronic form.� The SOLICITATION IS NOT YET AVAILABLE.� Once available, the solicitation will be posted to this website https://sam.gov under solicitation number N0016724R0017.� The solicitation is expected to be available on or around 03 January 2024. This solicitation will be a SMALL BUSINESS SET-ASIDE.� Offers from other than Small Business concerns are ineligible for award and will not be evaluated.� The Small Business Offeror shall ensure its proposal complies with FAR 52.219-14, Limitations on Subcontracting to be eligible for award. All responsible sources may submit a proposal that will be considered by the Government. �By submitting a proposal, the Offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. �Through its submission, the vendor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database at this website https://sam.gov prior to award, during performance and through final payment of any contract resulting from this solicitation, except for award to foreign vendors for work to be performed outside the United States. �Lack of registration in the SAM database will make a vendor ineligible for award. �Offerors may obtain information on registration and annual confirmation requirements via the SAM.GOV website. � Prospective Offerors are responsible for downloading their own copy of the solicitation and for frequently monitoring the SAM.GOV website for solicitation amendments. �The Government is not responsible for the inability of the Offeror(s) to access solicitation documents posted.� Prospective Offerors should also register at SAM.GOV on the interested vendor list under N0016724R0017. �Telephone or FAX requests will not be accepted, and hardcopies of the solicitation/amendments will not be mailed or faxed. Please direct all questions regarding this requirement to Kate Haynes at kathryn.s.haynes2.civ@us.navy.mil and Xenia Lira at caroline.x.lira.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/85a9cccf8e214599821e2380ad79241e/view)
 
Place of Performance
Address: Virginia Beach, VA, USA
Country: USA
 
Record
SN06913735-F 20231217/231215230041 (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.