Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2016 FBO #5230
SOLICITATION NOTICE

J -- Weapons Handling Equipment Refurbishment, Weight-Testing

Notice Date
3/17/2016
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, SUPSHIP Groton, 73 Eastern Point Road, Groton, Connecticut, 06340-4909
 
ZIP Code
06340-4909
 
Solicitation Number
N62789-16-T-0001
 
Archive Date
4/15/2016
 
Point of Contact
Jimmy R. Toala, Phone: 860-433-5021
 
E-Mail Address
Jimmy.Toala@supshipgr.navy.mil
(Jimmy.Toala@supshipgr.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
PRE-S0LICITATION NOTICE SUPERVISOR OF SHIPBUILDING CONVERSION & REPAIR, GROTON, CT WEAPONS HANDLING EQUIPMENT REFURBISHMENT AND WEIGHT-TESTING FOR VIRGINIA CLASS-LOS ANGELES CLASS SUBMARINES The Supervisor of Shipbuilding Conversion & Repair, Contracting Department, Groton, CT requests responses from qualified sources capable of providing Weapons Handling Equipment (WHE) Refurbishment and Weight-testing for Virginia Class and Los Angeles Class United States Ships (Submarines) home-ported at Naval Submarine Base New London, Groton CT in accordance with the Performance Work Statement that will be included in the Request for Quote (RFQ) publicized at a later time. This is a Pre-Solicitation Notice pursuant to FAR Part 5 – Publicizing Contract Actions prepared in accordance with FAR Part 13 – Simplified Acquisition Procedures and FAR Part 16.5 – Indefinite Delivery Contracts. The Request for Quote (RFQ) number is N62789-16-T-0001. The required estimated period of performance is from 01 June 2016 through 31 May 2021, including base year and four, one-year option periods. The proposed requirement will be accomplished under an Indefinite Delivery Indefinite Quantity (IDIQ) / Firm Fixed Price (FFP) Contract. The applicable NAICS code is 336611 – Ship Building and Repairing (Small Business standard 1,250 Employees). This effort shall be conducted by appropriately trained and experienced personnel. Personnel shall have a minimum of 3 years experience in successfully refurbishment and weight-testing of weapons handling equipment and other similar work on Virginia Class and Los Angeles Class submarines. Security Clearance: During the resultant contract period of performance, each contractor employee that will be performing tasks in accordance with issued task orders shall have required clearances. Citizenship: Because a portion of WHE refurbishment and weight-testing shall take place on military installations, no foreign national may be assigned to this project. Each individual contractor employee who will be accessing Naval Submarine Base, Groton Connecticut Lower Base area during the period of performance must be a United States citizen. All information shall be submitted at no cost or obligation to the Government. This procurement is a Firm Fixed Price arrangement. Contract award will be made to the contractor who represents the Best Value to the Government utilizing technical, past performance and price as evaluation factors. The prospective Request for Quote (RFQ) will be processed utilizing 'Full and Open Competition' and will require a Small Business Subcontracting Plan from large business contractors. The contractor's inspection, period of performance, and place of performance will be noted in the solicitation. The place of performance is restricted to the Groton, CT homeport area. A complete RFQ package will be available by downloading the documents at the FEDBIZOPPS at http://www.fedbizopps.gov during April-May 2016 timeframe. Potential contractors are hereby notified that the RFQ and subsequent amendments will ONLY be available for download at the above site; this office will NOT issue hard copy RFQ. By submitting a quote, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept quotes. By submission of a quote, the contractor acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov. Questions regarding technical or contractual issues must be addressed to the Contract Specialist via e-mail ONLY. The RFQ will incorporate provisions and clauses in effect through FAR, DFARS, and NAVSEA at the time of issuance. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. FAR and DFARS clauses may be accessed in full text at these addresses: http://acquisition.gov and http://www.acq.osd.mil/dpap/dars/dfars/index.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62789/N62789-16-T-0001/listing.html)
 
Place of Performance
Address: Groton, CT homeport area, Groton, Connecticut, 06340, United States
Zip Code: 06340
 
Record
SN04053841-W 20160319/160317234938-30d52b91e4d4c0809a77ccea7b3b815e (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.