SPECIAL NOTICE
19 -- Shallow Water Combat Submersible (SWCS)
- Notice Date
- 11/25/2015
- Notice Type
- Special Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
- ZIP Code
- 33621-5323
- Solicitation Number
- H92222-11-D-0002
- Archive Date
- 12/26/2015
- Point of Contact
- Langston P Hines, Phone: 8138260050, Sonia M Lizotte, Phone: 8138261066
- E-Mail Address
-
langston.hines@socom.mil, sonia.lizotte@socom.mil
(langston.hines@socom.mil, sonia.lizotte@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Special Operations Command (USSOCOM) intends to negotiate solely with Teledyne Brown Engineering, Inc. (TBE) to issue a contract modification to re-negotiate the second option of the current Indefinite Delivery/Indefinite Quantity (ID/IQ) contract H92222-11-D-0002 for USSOCOM Shallow Water Combat Submersible (SWCS) first article and production units and sustainment. The basis of the authority is provided in 10 U.S.C. 2304(c)(1) and implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. The current contract was awarded on 20 October 2010 after a best value determination following a full and open competition, with a base period and two option periods for a total period of performance of nine years and a contract ceiling of $400,000,000. The overall contract ordering period ends in September 2019 with performance ending no later than -30 April 2020. The first contract option was exercised after conducting a down select to TBE in June 2011 for the development and manufacture of an Engineering Development Model (EDM). The second option will be exercised after successful completion of a Milestone C decision planned later this year. The second option currently contains six ordering periods: the first period includes two first article systems and the remaining ordering periods include a maximum of eight production units per period and sustainment. The proposed contract action is to re-negotiate the second option in its entirety to include contract pricing, delivery terms, reduction of ordering periods, and reduction of the maximum SWCS systems to be ordered. The driving factor for this action is due to the EDM development taking much longer than anticipated, as a result of the U.S. Navy quality/oversight requirements, which drove considerable changes during this phase of the contract. The modification will be issued in accordance with DFARS 217.204(e)(i) and will not increase the total contract ceiling or the contract period of performance. In order to produce the SWCS system, any manufacturer must be NOTE5000 certified by the U.S. Navy. The certification is product specific and the process to gain certification can take two to three years. Companies previously certified under NOTE5000 will require additional certification to manufacture the SWCS. This process could take three+ months.. The current Seal Delivery Vehicle (SDV) that the SWCS is replacing is scheduled for disposal/demilitarization beginning in Fiscal Year 2018 (October 2017). The SWCS first articles must be delivered and tested prior to October 2017. This contract action will be a sole source under North American Industry Classification System Code (NAICS) 336611. Size standard is 1,000 employees. The current contractor is the only responsible source for this action as the Government would experience unacceptable delays in fulfilling current agency requirements for highly specialized equipment.. The proposed source is Teledyne Brown Engineering, Inc., Huntsville, AL. This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement or quotation that will be considered by the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses are due no later than 3:00 PM Eastern Standard Time (EST) on 11 December, 2015. If no affirmative responses are received by 3:00 PM EST, 11 December, 2015, to determine whether a qualified source is more advantageous to the Government, a contract modification will be negotiated and awarded to Teledyne Brown Engineering.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-11-D-0002/listing.html)
- Place of Performance
- Address: Teledyne Brown Engineering, Inc., 300 Sparkman Drive, Huntsville, Alabama, 35805, United States
- Zip Code: 35805
- Zip Code: 35805
- Record
- SN03955308-W 20151127/151125234245-16a0025bc9949530717351ce1d73e3f9 (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 |