Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2003 FBO #0570
MODIFICATION

A -- Expeditionary Warfare Programs and Landing Craft Air Cushion(LCAC)Maintenance, Modification, Repair and Trial Support

Notice Date
6/20/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Coastal Systems Station, Dahlgren Division, 6703 West Highway 98, Panama City, FL, 32407-7001
 
ZIP Code
32407-7001
 
Solicitation Number
N6133103R0013
 
Response Due
7/23/2003
 
Point of Contact
Mary Hines, Contract Specialist, Phone (850) 235-5389, Fax (850) 234-4251, - Carol Dreger, Contracting Officer, Phone (850) 234-4863, Fax (850) 234-4251,
 
E-Mail Address
HinesMF@ncsc.navy.mil, DregerCA@ncsc.navy.mil
 
Description
The Coastal Systems Station (CSS) Dahlgren Division, Naval Surface Warfare Center (NSWC), Amphibious Warfare/Strategic Sealift Division, Code A40, has a requirement in support of Naval Sea Systems Command (NAVSEA) to provide support services for Landing Craft Air Cushions (LCACs) as well as various Expeditionary Warfare and Strategic Sealift programs. CSS is requesting proposals for a competitive requirement to perform research, development, test and evaluation (RDT&E), as well as maintenance engineering support services in support of the Expeditionary Warfare, Strategic Sealift, and LCAC Maintenance programs. This competition is set-aside solely for firms in the Small Business Administration 8(A) program. The contract will be a Cost-Plus-Fixed-Fee, Indefinite Delivery / Indefinite Quantity Contract for a period of five years with provisions for completion and term form delivery orders. The primary areas of activity under this effort are anticipated to be in the LCAC maintenance / LCAC test and trials areas to support the LCAC Service Life Extension Program (SLEP). It is a requirement of this effort that the successful offeror obtains and maintains Longshoremans and Harbormasters insurance. The Government anticipates that the Technical Proposal will consist of a brief written proposal primarily focused on personnel qualifications and an oral presentation that will be videotaped. A separate cost proposal will be required. The successful contractor must have a SECRET facility clearance. Award will be based on the best value to the Government. Delivery terms will be specified on each delivery order awarded against the basic contract. The applicable NAICS Code is 541330 and the size standard is $20M. CSS plans on releasing the solicitation electronical ly. Interested firms must request the solicitation in writing or via e-mail. Contract Specialist: Mary Hines, Code XPS1, Coastal Systems Station, 6703 West Highway 98, Panama City, Fl 32407-7001, e-mail HinesMF@ncsc.navy.mil Requests should include the prospective offeror's Commercial and Government Entity (CAGE) Code, physical mailing address, email address, point of contact and telephone number. Telephone requests will not be accepted. Solicitation will be available for download on or about 30 Jan 03. Solicitations and any Amendments may be downloaded from http://www.ncsc.navy.mil/Contracts/ZTables/syntab.htm. No Solicitations or Amendments will be mailed to offerors. Therefore, it's incumbent upon the potential offeror to be cognitive of the CSS Internet for all releases.
 
Record
SN00353494-W 20030622/030620214038 (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.