SOLICITATION NOTICE
J -- SWRMC Marine Boatyard Services (MBS) and Industrial Support Lot-1
- Notice Date
- 6/28/2024 4:23:48 PM
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
- ZIP Code
- 92136-5205
- Solicitation Number
- N5523624R0004
- Response Due
- 7/26/2024 11:00:00 AM
- Archive Date
- 08/10/2024
- Point of Contact
- Kaylee DiCamillo, Phone: 6193816189, Roderick Rioveros
- E-Mail Address
-
kaylee.dicamillo.civ@us.navy.mil, roderick.q.rioveros.civ@us.navy.mil
(kaylee.dicamillo.civ@us.navy.mil, roderick.q.rioveros.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Southwest Regional Maintenance Center (SWRMC) intends to issue a request for proposal (RFP) solicitation to accomplish Marine Boatyard Services and Industrial Support for boats, craft, lighterage, service craft or ancillary support equipment less than 15 meters or 50 feet in length (by Navy hull designation or length overall (LOA)) that can be transported via roadway by a trailer. The contractor(s) shall furnish the necessary management, material support services, labor, supplies, and equipment deemed necessary to provide Marine Boatyard and Industrial Support which includes specific modifications, upgrades, service life extension and repairs to non-commissioned boats, craft, lighterage and service craft and their associated systems and periodic maintenance primarily in support of San Diego area Naval Facilities (Naval Base San Diego, Naval Air Station North Island, Naval Amphibious Base Coronado, Naval Outlying Landing Field Imperial Beach, and Naval Surface Warfare Center Port Hueneme). It is anticipated that 98% of the work to be performed on this contract will be in the San Diego area on Naval Facilities boats, craft, lighterage, and service craft. For the purposes of this requirement, support is defined as, but is not limited to: Providing manpower and equipment to accomplish maintenance, alteration installations, repairs, modernizations, testing, stowage, machine shop services, transporting boats, boat trailers, craft, lighterage and service craft as listed in Section J, Attachment J-1, and ancillary support equipment (brows & brow platforms). If the Navy issues an RFP for this requirement, the acquisition and solicitation-to-award process shall abide by Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS) and the Navy Marine Corps Acquisition Regulation Supplement (NMCARS) guidelines. The Government anticipates awarding this effort as a supply contract whereas the supply equates to the procurement of repaired, mission-ready boats, crafts, or ancillary support equipment which shall be returned to service with the Fleet. Award will be based on a best-value procurement utilizing past performance, technical, and price as evaluation factors. FAR 52.216-27 Single or Multiple Awards (OCT 1995) applies. This procurement is not restricted to Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) contractors. This is a follow-on procurement. All responsible sources may submit a proposal which shall be considered by this agency. The successful offeror will be required to have a SWRMC approved Quality System (IAW NAVSEA Standard Item 009-04), approved and in place at the time of contract award. The Navy will issue the RFP electronically on https://piee.eb.mil and www.Sam.gov and interested parties must comply with that solicitation requirements and instructions for proposals. Interested offerors are hereby encouraged to monitor https://piee.eb.mil and www.Sam.gov for the anticipated release of the solicitation and any associated amendments. Offerors shall be registered in the Solicitation Module in Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) in order to be eligible for award.� This synopsis is issued in accordance with FAR 5.203(a) and shall not be construed as a commitment by the Government to issue a solicitation or award a contract. The Government will not accept proposals as a result of this synopsis. The Government will not reimburse respondents for any questions submitted or information provided in response to this notice.� The Government anticipates issuing�a Firm-Fixed Price (FFP) solicitation in November 2024. The RFP will be issued as a Total Small Business Set-Aside. The result will be a multiple award indefinite delivery/ indefinite quantity (IDIQ) 5-year contract, including five (5) each 12-month ordering periods. The applicable NAICS code is 336611 �Ship Building and Repairing� (a small business must have 1,300 or less employees).� Offerors that are interested in this procurement may send an e-mail providing all point of contact information to Kaylee DiCamillo at kaylee.a.dicamillo.civ@us.navy.mil and Roderick Rioveros at roderick.q.rioveros.civ@us.navy.mil to receive a courtesy notification when the RFP is posted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7ad6e0b9ccb84fa1a3ce051768a67da1/view)
- Place of Performance
- Address: CA, USA
- Country: USA
- Country: USA
- Record
- SN07112089-F 20240630/240628230122 (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 |