SOLICITATION NOTICE
19 -- FY15/16 Landing Craft, Air-Cushion (LCAC) Service Life Extension Program (SLEP) - Bidder Question Submittal Form
- Notice Date
- 3/19/2015
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N00024-15-R-2428
- Point of Contact
- Linda C. Squires, Phone: 202-781-3942, Jonathan M. Okonak, Phone: 2027810703
- E-Mail Address
-
linda.squires@navy.mil, jonathan.m.okonak@navy.mil
(linda.squires@navy.mil, jonathan.m.okonak@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Technical Data Package for Potential RFP N00024-15-R-2428 LCAC SLEP FY15/16 Bidder Question Submittal Form The Naval Sea Systems Command (NAVSEA) intends to issue a full and open competitive solicitation in the April 2015 timeframe for the Landing Craft, Air Cushion (LCAC) Service Life Extension Program (SLEP). The LCAC SLEP will extend the service life of LCAC, sustain/enhance craft capability, replace obsolete electronics, repair corrosion damage, reduce life cycle cost by improving reliability and maintainability, increase survivability, and establish a common configuration baseline. One solicitation will be issued which results in two contracts being awarded, one for the performance of LCAC SLEP at the Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, VA at Assault Craft Unit 4 (ACU 4) and one for the performance of LCAC SLEP at Camp Pendleton, CA at Assault Craft Unit 5 (ACU 5). The solicitation will cover up to six craft, LCAC 84 and LCAC 85 (Option) at ACU 4 and LCAC 58, LCAC 64 (Option), LCAC 65 (Option) and LCAC 76 (Option) at ACU 5. Delivery requirements will be approximately 15 months after the induction of each craft. The solicitation includes labor and material requirements for growth work. The solicitation also includes the potential for the Government to place a Post Shakedown Availability order for LCAC 84 and/or LCAC 85 at ACU 4. The LCAC SLEP is to be performed in accordance with a Government prepared Technical Data Package (TDP) which includes craft specific work items and all referenced drawings and test procedures. All responsible sources may submit a proposal for consideration should a solicitation be issued. Potential Offerors will not be restricted to Master Ship Repair Agreement holders or Agreement for Boat Repair holders. Interested parties may request the FY15/16 LCAC SLEP TDP from Ms. Linda C. Squires prior to the release of any solicitation by sending an email to linda.squires@navy.mil. The TDP for the effort consists of a five disc set for the ACU 4 craft and a five disc set for the ACU 5 craft. It is anticipated that the FY15/16 LCAC SLEP TDP will not be revised prior to the issuance of any Request for Proposals (RFP). Prior to the release of any solicitation, potential Offerors may submit questions or comments regarding the TDP via email to Ms. Linda Squires. All comments and questions shall be emailed directly using the subject line "LCAC SLEP FY15/16 TDP" and shall be submitted on the form attached hereto. However, the Government does not guarantee a response to those questions or comments prior to the release of a solicitation. No comments, questions, or inquires shall be made of any Government person other than the point of contact listed above. No site visits are planned for this pre-solicitation notice or any subsequent solicitation. Release of a draft RFP is not anticipated. Inquiries/questions concerning this announcement may be e-mailed to Ms. Linda C. Squires at linda.squires@navy.mil. This synopsis, any future synopses, the RFP and any Amendments will be posted to the Federal Business Opportunities (FEDBIZOPPS) page located at http://www.fbo.gov. If a final solicitation is issued in the future, it will be announced via FEDBIZOPPS and interested parties must comply with that announcement. CAUTION: The final solicitation, if any, will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation to maintain a bidders' mailing list. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. There is no funding associated with this announcement. This is not an RFP or a promise to issue an RFP or a promise by the Government to pay for information received in response to this synopsis or any subsequent synopsis. The information contained herein is subject to modification and in no way binds the Government to award a contract. This pre-solicitation notice is for information only and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. Contracting Office Address: NAVAL SEA SYSTEMS COMMAND 1333 Isaac Hull Avenue S.E. STOP 2020 Washington Navy Yard, DC 20376-2020 Point of Contact: linda.squires@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-15-R-2428/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN03673250-W 20150321/150319235354-0635806f18f36b249f4c58e3397bf909 (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 |