Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2016 FBO #5255
SOLICITATION NOTICE

36 -- Maintenance and repair of Landing Craft Air Cushion (LCAC) (LCAC-1 Class) and future Ship to Shore Connector (SSC) Craft (LCAC-100 Class)

Notice Date
4/11/2016
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, 110 Vernon Avenue, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
N61331-16-R-0006
 
Archive Date
5/31/2016
 
Point of Contact
Kenneth F. Longstreet, Phone: 8506366012, Otis M. Nattiel, Phone: 8502344852
 
E-Mail Address
kenneth.longstreet@navy.mil, otis.nattiel@navy.mil
(kenneth.longstreet@navy.mil, otis.nattiel@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
S YNOPSIS The Naval Surface Warfare Center Panama City Division (NSWC PCD) has a requirement in support of Naval Sea Systems Command (NAVSEA) to provide support services for maintenance and repair of Landing Craft Air Cushion (LCAC) (LCAC-1 Class) and future Ship to Shore Connector (SSC) Craft (LCAC-100 Class) as well as engineering and programmatic support to various Expeditionary Warfare and Strategic Sealift programs. The primary areas of activity under this effort are anticipated to be in the LCAC/SSC maintenance and LCAC/SSC test and trials areas. It is a requirement of this effort that the successful offeror obtains and maintains Longshoremen and Harbormasters insurance. The successful contractor must also have a SECRET facility clearance. This requirement will be competed utilizing full and open competition procedures. The Government anticipates that the technical proposal will consist of a written proposal describing the offeror's technical approach, management approach, resource management, and past performance. A separate cost proposal will also be required. The contract will be awarded to the offeror whose proposal represents the best value to the Government. The resultant contract will be a single award Cost-Plus-Fixed-Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) type contract. Delivery terms will be as specified within each task order issued against the basic contract award. The resultant contract will contain provisions for term type performance based task orders. The awarded contract will be for a base period of 12 months with four 12 month option periods. Each period of performance will be comprised of: One contract line item for services support; One contract line item for materials; One contract line item for travel; and One contract line item for contract data requirements list (CDRL) deliverables The anticipated release of the solicitation is 2 May 2016. An award date is anticipated on or about 30 March 2017. The applicable NAICS Code is 336611 - ship building and repairing and the small business size standard is 1000 employees. PSC J019
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5255b3b341065bc3afd04eda665c06d7)
 
Place of Performance
Address: NSWC Panama City Division, Panama City, Florida, 32407, United States
Zip Code: 32407
 
Record
SN04080237-W 20160413/160411234659-5255b3b341065bc3afd04eda665c06d7 (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.