Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2017 FBO #5641
SOLICITATION NOTICE

10 -- Close-In Weapons System (CIWS) Alteration Installation Team Water Front Support

Notice Date
5/2/2017
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
 
ZIP Code
20640-5115
 
Solicitation Number
N00174-17-R-0032
 
Archive Date
6/1/2017
 
Point of Contact
Devon Renner, Phone: 3017446658, Jessica D. Scalfaro, Phone: 3017446614
 
E-Mail Address
devon.renner@navy.mil, jessica.scalfaro@navy.mil
(devon.renner@navy.mil, jessica.scalfaro@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a pre-solicitation synopsis in accordance with FAR 5.201. This is not a Request for Quote (RFQ), nor is it construed as a commitment by the Government. This synopsis is prepared in accordance with guidance found in FAR 5.207, and is prepared for the purpose of notifying potential offerors of an upcoming solicitation. NSWC Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) requires contractor support in performing the functions of an Alteration Installation Team (AIT) with the installation of Ship Alterations (S/A), Ship Change Documents (SCDs), and Ordnance Alterations (ORDALTS) and system repairs as related to the Close-In Weapon Systems (CIWS) on U.S. Navy, U.S. Army and U.S. Coast Guard Vessels (PHALANX, Sea RAM and Land Based PHALANX Weapon System). Contractor work shall be completed according to contract, and shall take place at varying locations and facilities including: training sites, private and public shipyards, pier side, in dry dock, CONUS, OCONUS, or at the contractor's facility. Thus, the expected contract vehicle referenced under this synopsis shall be an Indefinite Delivery Indefinite Quantity (IDIQ) contract that will extend no longer than five years (60 months), if all options are exercised, from contract award. It will consist of one base year plus four option years. Task orders and delivery orders will be placed as both cost-plus-fixed-fee and firm-fixed-price, as appropriate. This requirement is considered full and open. The NAICS code is 541990. The Size Standard is $15M. The FSC code is J010. This synopsis is for non-commercial services. The upcoming solicitation number will be N00174-17-R-0032, and will be issued as a request for proposal (RFP). Proposals will be requested with the release of the solicitation. All responsible sources may submit a bid, proposal, or quotation, which shall be considered by the agency. The Contractor's support shall be in accordance with specific, individually written task orders issued by NSWC IHEODTD within the general scope of the applicable Statement of Work (SOW). The Government intends to make a single award resulting from the solicitation to the responsible offeror whose submissions, which comply with the instructions and conform to the solicitation, will be the most advantageous BEST VALUE to the Government. Best value will be determined based on an integrated assessment of the evaluation factors for award. The following factors shall be used to evaluate the offers: (FACTOR 1) technical capability of the items and services offered to meet the minimum needs of the Government based on examination of technical approach narrative, quality assurance plan, facilities and equipment, personnel staffing, safety plan, and management plan; (FACTOR 2) Past Performance (see FAR 52.212-1(b)(10)); (FACTOR 3) Cost; and Small Business Subcontracting Plan (FACTOR 4). These factors are listed in descending order of importance. All non-cost factors, when combined, are more important than cost; however, cost becomes more of a deciding factor of importance when Offerors receive similar ratings for the other factors. Factors 1, 2, and 3 will be used for a tradeoff process. General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFQ's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. Copies of solicitation N00174-17-R-0032 will NOT be emailed, faxed, mailed or provided in person. These types of requests WILL NOT BE ACKNOWLEDGED. This synopsis is being posted to Federal Business Opportunities (FBO) page located at https://www.fbo.gov/. NOTE: Offerors are ineligible for award unless registered in DOD's System for Award Management (SAM). Information regarding registration and annual confirmation requirements is available at 1-866-606-8220 and http://www.sam.gov. Any resultant contract will be DO Rated under the Defense Priorities and Allocations system (DPAS). The deadline to respond to this synopsis is 17 May 2017. The Contract Specialist must receive any and all questions concerning the RFP no later than 5 business days before the response date of this solicitation. No questions will be accepted after the close of the solicitation. Offers and inquiries may be submitted via electronic mail to devon.renner@navy.mil or mailed to the attention of Devon Renner, Code 022DR at NSWC Indian Head Explosive Ordnance Disposal Technology Division, 4081 North Jackson Road, Building 841, Code 022DR, Indian Head, MD 20640-5115. It is the REGISTRANT'S responsibility to periodically check FedBizOpps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00174-17-R-0032/listing.html)
 
Record
SN04492744-W 20170504/170502235032-30e97ff1cef7a5064cf7d7f689b97610 (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.