Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2017 FBO #5543
SOLICITATION NOTICE

J -- USS MAKIN ISLAND FY17 DPMA - RFP Package

Notice Date
1/24/2017
 
Notice Type
Combined Synopsis/Solicitation
 
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
N00024-17-R-4426
 
Archive Date
3/23/2017
 
Point of Contact
Bran M Sherman, Phone: 2027812894, Jamillah L Powell, Phone: 2027812040
 
E-Mail Address
bran.sherman@navy.mil, jamillah.powell@navy.mil
(bran.sherman@navy.mil, jamillah.powell@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
CDRL Exhibit C CDRL Exhibit B CDRL Exhibit A Attachment J-5 Attachment J-4 Attachment J-3 Attachment S-5 Attachment S-4 Attachment S-3 Attachment S-2 Attachment S-1 RFP The Naval Sea Systems Command (NAVSEA) intends to issue solicitation N00024-17-R-4426 for the execution of the USS MAKIN ISLAND (LHD 8) FY17 DPMA on the West Coast. The availability will include a combination of maintenance, modernization, and repair, and is expected to require a highly capable contractor with substantial facilities, to include a LHD-1 class capable pier and dry-dock as well as human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization. The delivery date of the vessel is expected to be no later than 9 September 2018. In accordance with the CNO's Homeport Statute, 10 U.S. Code 7299a(c), CNO availabilities with production periods estimated to be greater than 180 calendar days are considered long-term and will be competed on a coast-wide basis, without limiting the place of performance to the vessel's homeport. As the production period for the USS MAKIN ISLAND FY17 DPMA is greater than 180 calendar days, the availability shall be competed on a West coast-wide basis. Based on the complexity, magnitude, and duration of the requirement, the Government's market research indicates there are not two or more small business concerns capable of competing for the requirement and therefore this procurement will not be set-aside for small business (FAR 19.502-2(b)). The Government will provide, upon request, CD/DVDs containing a draft of the Specification Package (J-1), draft Work Item Plans, Drawings, and Other References (J-2). Offerors are advised this information is in draft for information purposes only, subject to change upon release of the RFP. Offerors may request this information by contacting LCDR Bran Sherman in writing at bran.sherman@navy.mil. Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. The Government anticipates making a single award on or around 18 May 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-17-R-4426/listing.html)
 
Place of Performance
Address: West Coast, USA, United States
 
Record
SN04379414-W 20170126/170124234638-a9044c704f591e018fda86dccc968803 (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.