SOURCES SOUGHT
J -- Support Services for the Self Defense Test Ship (SDTS)
- Notice Date
- 2/28/2008
- Notice Type
- Sources Sought
- Contracting Office
- N63394 NAVAL SURFACE WARFARE CENTER, CALIFORNIA 4363 Missile Way Port Hueneme, CA
- ZIP Code
- 00000
- Solicitation Number
- N6339408R1282
- Response Due
- 3/7/2008
- Archive Date
- 4/7/2008
- Point of Contact
- Contracting Officer: Nancy Landeros 805-228-0617 Contract Specialist: Bryson Jo 805-228-7208
- E-Mail Address
-
Email your questions to bryson.jo@navy.mil
(bryson.jo@navy.mil)
- Description
- The Naval Surface Warfare Center, Port Hueneme Division (PHD NSWC) provides the following information for the purpose of obtaining market research for potential Small Businesses within the North American Industry Classification System (NAICS) code 488390. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. BACKGROUND: The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) requires support services for the Self Defense Test Ship (SDTS). Services shall include operational and maintenance support, engineering and technical services, as well as food and beverage services during at-sea operations. This includes the operation and navigation of the SDTS in a safe manner in accordance with applicable U. S. Coast Guard Navigation Rules, training of personnel embarked in the SDTS for emergency procedures at sea, conducting and documenting planned and corrective maintenance of the ship?s equipment in accordance with applicable U. S. Navy or manufacturer specificati ons, whether the vessel is at sea or in port, and the installation, checking-out, testing, and de-installing equipment/components not under PHD NSWC in-service cognizance for ship operations. Services will also cover providing crew and tug boat services as well as Boghammer Patrol boat crew services to support SDTS at-sea test and evaluation operations, and provide services to repair, maintain, deploy and recover target decoy barges in preparation for SDTS live-fire test and evaluation operations as required. The anticipated contract will be a hybrid Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) Contract utilizing a best value source selection. The contract type will be CPFF Indefinite Quantity/Indefinite Delivery (ID/IQ) for ship operation and maintenance and Engineering and Technical Services, and a FFP Definite Quantity (DQ) for the boat service and food service portion of the contract. The contract will include a one year base period, and four one year optio ns, covering a five year period of performance (60 months). This requ irement is a potential Small Business Set-aside. It is required that all interested Small Business?s respond with a maximum ten (10) page capability statement (not including cover letter). Companies shall provide their business size and cage code in their cover letter. The information can be submitted via email to: Bryson.jo@navy.mil by close of business 7 March 2008.
- Record
- SN01519875-W 20080301/080228225000 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |