SOLICITATION NOTICE
J -- Propulsion Test Facility (PTF) Complex Operations & Maintenance (O&M)
- Notice Date
- 4/18/2025 5:30:17 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-25-R-0330
- Response Due
- 5/7/2025 11:00:00 AM
- Archive Date
- 05/22/2025
- Point of Contact
- Erin Montanari, Phone: 4018325619, Carrie Rochelle, Phone: 4018326562
- E-Mail Address
-
erin.l.montanari.civ@us.navy.mil, carrie.r.rochelle.civ@us.navy.mil
(erin.l.montanari.civ@us.navy.mil, carrie.r.rochelle.civ@us.navy.mil)
- Description
- 1. This pre-solicitation notice is prepared in accordance with FAR 5.2. Proposals are not being requested at this time. A solicitation will be issued (see #7 below). This pre-solicitation notice shall remain posted until the formal solicitation is issued. 2. The purpose of this pre-solicitation notice is to provide notice to prospective Offerors that the Naval Undersea Warfare Center Division, Newport, RI (NUWCDIVNPT) intends to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to enable the continued operation, maintenance and upgrades of the Propulsion Test Facility (PTF), as described in the DRAFT Statement of Work, in support of the Undersea Warfare (USW) Weapons, Vehicles, and Defensive Systems Department (Code 85). The resultant contract will contain provisions for delivery and task orders to be awarded on a Firm Fixed Price (FFP) or Cost Plus Fixed Fee (CPFF) basis as determined by the Government. The single award IDIQ will have an ordering period from date of contract award through sixty (60) months after date of award. 3. This requirement is a follow-on to Seaport-Next Generation (NxG) Task Order N0017819D8470N6660420F3003, which was competitively awarded to Science Applications International Corporation (SAIC) on 8 May 2020. 4. The planned requirement will be posted in SAM.gov as full and open competition. Small Business subcontractor teaming will be encouraged pre-award and post-award. 5. The applicable North American Industry Classification System (NAICS) Code for this requirement is 541330 � Engineering Services, with a size standard of $22.5 million. The applicable Product Service Code (PSC) is J066 � Maintenance, Repair and Rebuilding of Equipment: Instruments and Laboratory Equipment. 6. The DRAFT Statement of Work is provided for advanced planning. This pre-solicitation notice and DRAFT Statement of Work does not constitute a formal solicitation or an Invitation for Proposal, nor will this issuance restrict the Government as to its ultimate acquisition approach. There is no final solicitation available at this time. The Government will neither award a contract solely on the basis of referenced draft documents nor pay for any information that is submitted by respondents as a result. 7. The Government plans to release the solicitation on the www.SAM.gov website on or around Wednesday, 07 May 2025. 8. Controlled Unclassified Information (CUI) Applicable Documents will be available upon request. To request Distribution D documents, Offerors must be registered in the Joint Certification Program (JCP). An offeror requesting documents shall submit its JCP Office certified DD Form 2345 Militarily Critical Technical Data Agreement with its document access request to erin.l.montanari.civ@us.navy.mil. Once the vendor�s JCP Point of Contact is verified in JCP and on the certified DD Form 2345, documents will be sent directly to the vendor�s JCP Point of Contact via DoD SAFE, as applicable. Attachment: DRAFT Statement of Work
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/611f3d18ddbc4d53a9ccc34e80cf085b/view)
- Place of Performance
- Address: Newport, RI, USA
- Country: USA
- Country: USA
- Record
- SN07414075-F 20250420/250418230043 (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 |