Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2024 SAM #8331
SOLICITATION NOTICE

19 -- Submarine Supplier Development Support

Notice Date
9/16/2024 11:42:25 AM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N0002424R2135
 
Response Due
2/21/2024 1:30:00 PM
 
Archive Date
02/05/2025
 
Point of Contact
Edward Rogan, Phone: 2027812754, Dorothy Sabelhaus, Phone: 2027815347
 
E-Mail Address
edward.f.rogan.civ@us.navy.mil, dorothy.c.sabelhaus.civ@us.navy.mil
(edward.f.rogan.civ@us.navy.mil, dorothy.c.sabelhaus.civ@us.navy.mil)
 
Description
The Naval Sea Systems Command (NAVSEA) intends to award a contract to Blue Forge Alliance (BFA), Bryan, Texas, on an other than full and open competitive basis to support foreign military sales (FMS) and United States (US) requirements. The contract will be for planning, resourcing, coordinating, and uplifting the Submarine Industrial base (SIB) for the US and FMS customers.� The anticipated period of performance for this effort is five years from date of contract award. In accordance with 10 U.S.C 3204(a)(4) as implemented by FAR 6.302-4(a)(2), full and open competition need not be provided for when precluded by the terms of an international agreement or a treaty between the US and a foreign government or international organization, or the written direction of a foreign government reimbursing the agency for the cost of the acquisition of the supplies or services for such government.� This authority may be used in circumstances such as when a contemplated acquisition is to be reimbursed by a foreign country that requires that the product be obtained from a particular firm as specified in official written direction such as a Letter of Offer and Acceptance, as documented here in the Letter of Offer and Acceptance (LOA) in support of an FMS customer.� The contemplated contract will also include US requirements that will be awarded pursuant to 10 U.S.C 3204(a)(1) as implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. BFA is uniquely positioned to execute the anticipated requirements based on its current and prior experience and expertise gained through the support of US SIB capability and capacity uplift across multiple required competency areas. It is anticipated that BFA will use its unique expertise gained from US industrial base uplift efforts and apply that knowledge to uplift FMS customer industrial base(es), as well.� Any other source would require approximately five years of research and investigation to identify SIB weaknesses and mitigations in order to reach BFA�s current level of experience and expertise. It would also result in duplication of the hundreds of millions of dollars the Government has invested in BFA�s capabilities under existing US contracts. The delays that would be incurred in awarding the BFA efforts to another contractor and waiting for that contractor to reach BFA�s current level of expertise would irreparably harm both US and FMS customer programs. Awarding the corresponding US and additional FMS customer requirements to anyone other than BFA would result in significant inefficiencies and duplication of efforts for the duration of the contract. Parties interested in subcontracting opportunities should contact BFA directly.� This notice is for informational purposes only.� Solicitation documents are not available.� This pre-solicitation synopsis shall not be construed as a commitment by the Government to solicit offers or award contracts.� The Government is not soliciting proposals as a result of this synopsis, and this synopsis is not a promise to issue a request for proposals, or a promise by the Government to pay for information received in response to this synopsis or any subsequent synopsis.� The information contained herein is subject to modification and in no way binds the Government to award a contract.� The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency if received by the original response date of this notice.� Any response to this notice must show clear, compelling, and convincing evidence that a competition will be advantageous to the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.����� No telephone inquiries will be accepted.� The Government does not commit to providing a response to any comment or questions.� No basis for a claim against the Government shall arise as a result of this announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eaaf85f9c035436b88b2ea3eb57dc3d8/view)
 
Place of Performance
Address: Bryan, TX 77807, USA
Zip Code: 77807
Country: USA
 
Record
SN07212554-F 20240918/240916230115 (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.