Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2003 FBO #0412
SOLICITATION NOTICE

J -- Engineering, technical support services

Notice Date
1/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-03-R-0012
 
Archive Date
5/9/2003
 
Point of Contact
Sheryle McClain, Contract Specialist, Phone 757-443-1379, Fax 757-443-1424, - David St. Laurent, Contract Specialist, Phone 757-443-1444, Fax 757-443-1424,
 
E-Mail Address
sheryle_y_mcclain@nor.fisc.navy.mil, david_j_st._laurent@nor.fisc.navy.mil
 
Description
SUBJECT: J--ENGINEERING, TECHNICAL SUPPORT SERVICES UNDER SOLICITATION- NO0189-03-R-0012 DUE 042403 POC Sheryle Y. McClain, Contract Specialist (757) 443-1379, David St. Laurent, Contracting Officer (757) 443-1444 DESCRIPTION: The Contractor, in accordance with written order(s), shall be required to provide engineering, technical, data, training, and non-personal support services required for effective overhaul, installation, maintenance, groom and repair of Surface Ship Undersea Warfare (USW) and Surface Ship Mine Warfare Systems (MIW), including but not limited to, the systems/equipment listed below on Atlantic and Pacific Fleet ships, Foreign Military Sales (FMS) and shore facilities. Support shall be provided for all current and future variations and successor's modifications of these systems. Support shall also involve related trainer, ancillary equipment, interfacing systems, and similar systems that produce data useful to these ASW and Mine Warfare Systems. In addition to the above, the Contractor shall provide Blue Collar Hardware installation Services for ASW and Mine Warfare Systems. Work to be performed shall be specifically described in task orders to be placed against the contract by the Ordering Officer and shall be within the scope of one or more of the tasks listed herein. SURFACE ASW and MINE WARFARE SYSTEMS Surface Ship ASW Torpedo Systems Surface Vessel Torpedo Tubes MK 32, Torpedo Doors (all mods), and Torpedo Over-the-Side TSP Torpedo Handling Equipment/Strikedown Lift SSTD Systems AN/SLQ-25 Series System AN/SLQ-25A Series SSTD/EC-16 AN/SLR-24/AN/SLY-1 ASW Fire Control Systems MK-111/ 114 / 116 FCS all mods Fire Control Panel Mk 309 (all mods) ASW Sonar Systems AN/ SQS-23/26/53 Series Sonars AN/SQS-56 Kingfisher Modifications AN/SLX-1 MSTRAP Tactas, AN/SQR-18 / 19 AN/SQQ-89 (all variants) AN/SQQ-34 CV ASWM OK-410 AN/SKR4 /6A Receiver AN/SQQ-28, AN/SQR-17 AN/SQS-35 Mine Warfare Systems AN/SQQ-14, 30, 32 Sonars OK-520 AN/SLQ-37, 38, 48 Mine Countermeasures EMNS AN/SSN-2 AN/SYQ-13 RDI/IAT AN/WQN-1 VEMS AN/BQH-7 series ICWS AN/SSQ-94 SIDE SCAN SONARS AN/WLD-1 Auxiliary/Other Systems AN/WQC-2, and 6 AN/UQN Series Fathometers AN/UQX-5 FTAS AN/UYK-7, 43 AN/SSQ-56/60/61 RD-358 AN/UYK-20,43,44 OJ-452 /Q70 USH-26 AN/UYH-3 Fiber Optics including Lan/Wan systems Furuno Fathometers AN/WQC-2/6 Sonar Domes and Arrays ICAS Wesmar Sonars CSA 2-M Repair /Certification The Government intends to negotiate an Indefinite Delivery/Indefinite Quantity type contract with cost-plus-fixed fee pricing provisions for a base year and nine, one-year options. Oral presentation of technical proposal may be incorporated as part of the solicitation requirement. This requirement will be issued under full and open competition in accordance with FAR, Part 6.1. FAR clause 52.217-8 "Option to Extend Services," and FAR Clause 52.219-4 "Notice of Price Evaluation Preference for HUBZone Small Business Concerns" shall be incorporated into the solicitation/contract. This will be a follow-on requirement of contract N00189-98-D-0037 with Anteon Corporation, 3211 Jermantown Road, Fairfax, Virginia. The current contract is due to expire on 31 March 2003, but will be extended until 31 August 2003, or until a new contract is awarded. It is anticipated that the level of effort estimated during the term of the contract will be 1,898,150 man-hours of direct labor including authorized subcontract labor and overtime, if any. The requirement is for the Fleet Technical Support Center, Norfolk, Virginia. Services may be required at the following locations: 65%-Tidewater area, Virginia 20%-East and Gulf Coast cities (i.e. Mayport Florida, Earle, New Jersey, and Pascagoula, Mississippi) 10%-West Coast (i.e. San Diego, California, San Francisco, California, and Bremerton, Washington) 05%-OCONUS (i.e. Europe, Japan and Hawaii) All responsible sources may submit an offer, which shall be considered by the agency. Requestors, principal corporate officials, nor owners shall be suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agencies. The solicitation will be available for downloading from FISC Norfolk webpage address: www.nor.fisc.navy.mil on or about 6 March 2003. Offerors are encouraged to download the solicitation and any subsequent amendments from the FISC Norfolk webpage. However, prospective offerors who do not have the electronic capability to download the solicitation should submit a written request via e-mail or facsimile to the Contracting Officer, Fleet and Industrial Supply Center, Acquisition Department, 1968 Gilbert Street, Suite 600, Norfolk, VA 23511-3392, attention Contract Specialist, Sheryle McClain, Code 203A6. Facsimile requests to (757) 443-1424/1442 or 1337. Refer to solicitation #N00189-03-R-0012. Interested parties should provide their CAGE Code and e-mail address. Number Note-26 applies.
 
Place of Performance
Address: Various, including OCONUS. See above.,
Zip Code: 23511
Country: UNITED STATES
 
Record
SN00240711-W 20030118/030116213821 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.