Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2015 FBO #4943
SOLICITATION NOTICE

R -- Sole Source for SME to Machinery Controls

Notice Date
6/4/2015
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC DC N62387, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540, United States
 
ZIP Code
20398-5540
 
Solicitation Number
N62387-15-R-9001
 
Point of Contact
Angela M. Hughes, Phone: 2026855949, Jay M. Standring,
 
E-Mail Address
angela.m.hughes@navy.mil, jay.standring@navy.mil
(angela.m.hughes@navy.mil, jay.standring@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
1) Action Code: Notice of Intent to Award a Sole Source (Special Notice) 2) Date. 04 June 2015 3) Year. 2015 4) Contracting Office Zip Code: 20398-5540 5) Classification Code: R425 Engineering Services 6) Contracting Office Address. FBO fill-in. The contracting official shall also include this in the notice description. 7) Subject: Notice of Intent to Award a Sole Source Contract for Subject Matter Expert Support in the Maintenance and Trouble Shooting Services of T-AOE Machinery Controls, Old and New. 8) Proposed Solicitation Number: N62387-15-R-9001 9) Closing Response date: 18 June 2015 10) Contact Point or Contracting Officer: Jay Standring 11) Contract Award and Solicitation Number: FBO fill-in. 12) Contract Award Dollar Amount: filled in at award. 13) Contract line Item Number: filled in at award. 14) Contract Award Date: filled in at award. 15) Contractor: filled in at award. 16) Description: Military Sealift Command- Washington, DC (MSC-DC) intends to issue a Firm Fixed Price Indefinite-Delivery Indefinite- Quantity (IDIQ) Contract to a single source under the authority of FAR 6.302-1(a)(2)(iii) Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements, on or about 03 July 2015 to Mr. Warren (Rusty) Hammerbeck. The period of performance will include a one year base period plus two one-year option periods. The purpose of this contract is to procure the services of Mr. Rusty Hammerbeck for specialized engineering services to assist MSC's Engineering team with installation, commissioning, and testing of the Machinery Control Systems. Mr. Hammerbeck is the only contractor that can satisfy MSC's requirements. The tasks require specific knowledge of the T-AOE 6 Class Machinery Control Systems. Warren (Rusty) Hammerbeck has been working on this T-AOE Class Vessels for the entire life of the ship. He has ship specific knowledge that he has collected from the 20 years of the T-AOE existence that make his experience a one of a kind contractor. Warren (Rusty) Hammerbeck was the primary author and developer of the existing Legacy IETM aboard T-AOE: Class vessels. For the last five years MR. Hammerbeck has worked specifically on the T-AOE MCS upgrade, and has specialized knowledge and experience in all aspects of the design, and installation of this new MCS system aboard USNS SUPPLY. His expertise and unique skills are invaluable to the future troubleshooting and maintenance of not only the USNS SUPPLY but of the remaining T-AOE vessels that will be kept in service.. This procurement is a follow-on to Contract N00033-12D-8024, under which Mr. Hammerbeck provides highly specialized engineering services related to the MCS on the T-AOE class vessels. Mr. Hammerbeck specific knowledge and experience cannot reasonably be matched by another company without significant duplication of cost and unacceptable delays. This procurement is a FAR Part 12 acquisition being conducted using simplified acquisition procedures as defined in FAR Subpart 13.5 Test Program. Accordingly, simplified acquisition procedures apply. The North American Industry Classification System (NAICS) code for this requirement is 541330 with the size standard of $35.5 million. This notice of intent is not a request for proposals or quotes; however, all responsible sources may submit a quotation and technical capabilities, which, if received within five (5) calendar days of publication of this notice, shall be considered by MSC. All responses must be submitted to the Government point of contact at the email address shown below. A determination by the Government not to open the requirement to competition based upon the responses to this notice is solely within the discretion of the Government Services are being procured by: Military Sealift Command- Washington, DC Contracting, N10 914 Charles Morris CT SE Building 157 Washington Navy Yard, DC 20398-5540 17) Anticipated Award Date: On or about 04 July 2015 18) Place of Performance. The work is to be performed at a combination of the Contractor's sites, MSC HQ, and onboard MSC ships as directed by MSC. The Contractor will be required to attend all meetings in person or via teleconference. Travel for ship visits will be concentrated in CONUS. 19) Set-aside status. N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b7c2cc97f0809e851006d8badd66ef17)
 
Record
SN03753144-W 20150606/150604235457-b7c2cc97f0809e851006d8badd66ef17 (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.