United States - NUWCDIVNPT Naval Array Technical Support Center Facility Services and Supplies
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 12 May 2019
- Opportunity publication date
- 25 April 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Apr 24, 2019 2:46 pm
The Naval Undersea Warfare Center Division, Newport, RI (NUWCDIVNPT) intends to award a single five-year, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with Cost-Plus-Fixed-Fee (CPFF), Firm Fixed-Price (FFP), and Cost- Reimbursement (CR) provisions for services and supplies associated with operation of the Naval Array Technical Support Center (NATSC) facility.
This procurement will be processed under FAR Part 15. The North American Industry Classification System (NAICS) Code is 541330. The Small Business Size Standard is $38,500,000. This procurement is being solicited on a competitive, unrestricted basis, as concurred with by the NUWCDIVNPT Office for Small Business Programs and the Small Business Administration (SBA) representative. This is a total follow-on requirement to SeaPort-e Task Order N00178-14-D-7578/N6660417F3005 with Leidos, Incorporated.
In support of this effort, the Contractor shall manufacture, upgrade, repair, refurbish, diagnose, troubleshoot, test, evaluate, salvage and scrap towed arrays, towed array modules, towed array component parts, tow cables, tow cable component parts, towed array outboard cable assemblies, hoses, hose component parts, ancillary equipment and ancillary equipment component parts for the NATSC facility. The Contractor shall also provide production engineering and technical and logistics support services for towed array systems. See Synopsis Attachment #1 - Draft Statement of Work (SOW).
Additionally, services under this contract will require the acquisition and use of, at minimum, approximately 20,000 individual parts and materials in support of the depot level maintenance that the Contractor will be tasked to perform at the NATSC facility. The Government intends to establish two (2) FFP CLINs for materials. CLIN 0003 will be established based upon the offeror's proposed pricing within the FFP Pricing List. See Synopsis Attachment #2 - Draft FFP Pricing List. CLIN 0004 will be established to procure other material not included under the CLIN 0003 Attachment #2 - Draft FFP Pricing list as delivery orders are initiated by the Government.
The requirement will be solicited with the following contract line item structure:
CLIN 0001: CPFF Services in accordance with (IAW) the SOW; Quantity: 1,846,790, Labor Hours.
CLIN 0002: Other Direct Costs (ODCs) associated with CLIN 0001; Quantity: 1, Lot.
CLIN 0003: FFP Materials IAW the Draft FFP Pricing List (Attachment #2); Quantity: 1, Lot.
CLIN 0004: FFP Materials (other than those identified under CLIN 0003); Quantity: 1, Lot.
CLIN 0005: Data in accordance with Exhibit A, Contract Data Requirements List (CDRLs), DD Form 1423 (Not Separately Priced); Quantity: 1, Lot.
CLIN 0006: Contractor Acquired Property (Not Separately Priced); Quantity: 1, Lot.
Solicitation N66604-19-R-0182 is anticipated to be released on or about 13 May 2019. The closing date for receipt of proposals will be established in the solicitation. Technical proposals are required.
The Government intends to award to the eligible, responsible offeror whose offer represents the best value to the Government considering the following factors: (1) Technical Capability (inclusive of subfactors: Technical Approach, Technical & Operational Management Scenarios, and Personnel); (2) Small Business Participation; (3) Past Performance; and (4) Cost/Price. The specific evaluation criteria will be outlined in the solicitation.
Offerors must be actively registered in the System for Award Management (SAM) (sam.gov) to be eligible for award. Instructions for registration are available at the SAM website: https://www.sam.gov/SAM/.
Offerors must file the annual VETS-4212 "Federal Contractor Veterans' Employment Report" in accordance with Clause 52.222-37 "Employment Reports on Veterans (FEB 2016)". Instructions are available at the VETS-4212 website: https://www.dol.gov/vets/vets4212.htm.
Note: Applicable documents and Government Furnished Information referenced in the SOW are labeled Distribution D, which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Therefore, vendors shall be registered with the Joint Certification Program (JCP) in order to receive the package. Please visit www.dla.mil/HQ/LogisticsOperations/Services/JCP.aspx for further details on the program and registration. The method for requesting the aforementioned documents will be established in the solicitation.
The solicitation and any subsequent amendments will be issued electronically via posting to the FedBizOpps.gov website. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for monitoring the site for any amendments. All timely offers will be considered.
No comments, questions, or inquiries regarding the synopsis for RFP N66604-19-R-0182 shall be made to any Government person other than the point of contact identified below. This is not an RFP. This notice shall not be construed as a promise to contract or commitment of any kind. This information is subject to modification and in no way binds the Government to award a contract. The Government is not responsible for any cost incurred by industry in responding to this notice. Any questions regarding this synopsis shall be directed to Kristina Michael, Contract Specialist, via email at kristina.michael@navy.mil.
- Opportunity closing date
- 12 May 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Navy NUWC Newport Division United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.