Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2014 FBO #4460
MODIFICATION

N -- Close In Weapon System (CIWS) Waterfront Installation Support

Notice Date
2/7/2014
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Indian Head Division, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115
 
ZIP Code
20640-5115
 
Solicitation Number
N0017413R0044
 
Archive Date
8/19/2014
 
Point of Contact
Edward F. Rogan, Phone: 9737249277
 
E-Mail Address
edward.rogan@navy.mil
(edward.rogan@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS BEING ISSUED TO CHANGE THE SOLICITATION NUMBER TO REFLECT N00174-14-R-0005. SOLICITAITON WAS RELEASED VIA FEDBIZOPPS ON 03 FEBRUARY 2014... NSWC Indian Head requires contractor support in performing the functions of an Alteration Installation Team (AIT) with the installation of Ship Alterations (S/A), Ship Change Documents (SCDs), and Ordnance Alterations (ORDALTS) as related to the Close-In Weapon Systems (CIWS) on U.S. Navy, U.S. Army and U.S. Coast Guard Vessels. Contractor work shall be completed according to contract, and shall take place at varying locations and facilities including: private and public shipyards, pier side, in dry dock, CONUS, OCONUS, or at the contractor's facility. Thus, the expected contract vehicle referenced under this synopsis shall be an Indefinite Delivery Indefinite Quantity (IDIQ) contract that will extend no longer than three years (36 months), if all options are exercised, from contract award. It will consist of one base year plus two option years. Task and delivery orders will be placed as both cost-plus-fixed-fee and firm-fixed-price, as appropriate. This requirement is considered full and open. The NAICS code is 541990. The Size Standard is $14M. The FSC code is 1230. This synopsis is for non-commercial services. The attached Data Requirements List and applicable instructions are included with this announcement. The upcoming solicitation number will be N00174-13-R-0044, and will be issued as a request for quotation (RFQ). Proposals will be requested with the release of the solicitation. The Contractor's support shall be in accordance with specific, individually written task orders issued by NSWC IHD within the general scope of the applicable Statement of Work (SOW). The Government intends to make a single award resulting from the solicitation to the responsible offeror whose submissions, which comply with the instructions and conform to the solicitation, will be the most advantageous BEST VALUE to the Government. Best value will be determined based on an integrated assessment of the evaluation factors for award. The following factors shall be used to evaluate the offers: (a) technical capability of the items and services offered to meet the minimum needs of the Government based on examination of technical approach narrative, relevant corporate experience, facilities and equipment, and personnel resources; (b) Past Performance (see FAR 52.212-1(b)(10)); and (c) Cost. These factors are of equal importance. All non-priced factors, when combined, are approximately equal to Cost in importance. However, Cost becomes more of a deciding factor of importance when offerors receive similar ratings for the other factors. General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFQ's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. Copies of solicitation N00174-13-R-0044 will NOT be emailed, faxed, mailed or provided in person. These types of requests WILL NOT BE ACKNOWLEDGED. This synopsis is being posted to both Federal Business Opportunities (FBO) page located at http://www.eps.gov and Navy Electronic Commerce On-Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by Naval Sea Systems Command. NOTE: Offerors are ineligible for award unless registered in DOD's Central Contractor Registration Database which has now been integrated with the System for Award Management (SAM). Information regarding registration and annual confirmation requirements is available at 1-866-606-8220 and http://www.sam.gov. Any resultant contract will be DO Rated under the Defense Priorities and Allocations system (DPAS). The deadline to respond to this synopsis is 04 September 2013. The Contract Specialist must receive any and all questions concerning the RFP no later than 5 business days before the response date of this solicitation. No questions will be accepted after the close of the solicitation. Offers and inquiries may be submitted via electronic mail to edward.rogan@navy.mil or mailed to the attention of Eddie Rogan, Code A22P at NSWC Indian Head - Picatinny Detach, Building 61, Code A22P, Picatinny Arsenal, NJ 07806-5000. It is the REGISTRANT'S responsibility to periodically check the FedBizOpps or NECO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017413R0044/listing.html)
 
Record
SN03284486-W 20140209/140208000430-9a3ee6be0c5907467c42e4a3db8943cd (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 |
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.