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
MODIFICATION

19 -- Production Support for Norfolk Naval Shipyard

Notice Date
5/2/2017
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Norfolk Naval Shipyard - N42158, Norfolk, Virginia, 23709-5000, United States
 
ZIP Code
23709-5000
 
Solicitation Number
N42158-17-R-0001
 
Response Due
5/30/2017 3:00:00 PM
 
Point of Contact
ALISA Y. MAHAFFEY, Phone: 7573963108, Keith G. Douglas, Phone: 7573968331
 
E-Mail Address
alisa.mahaffey@navy.mil, keith.g.douglas@navy.mil
(alisa.mahaffey@navy.mil, keith.g.douglas@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Naval Sea Systems Command (NAVSEA), Norfolk Naval Shipyard (NNSY) intends to award Cost-Plus Fixed-Fee (CPFF) Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Contracts (MACs), with competition among the awardees for individual task orders to provide production support for qualified personnel capable of performing the tasks identified by trade referenced within the statement of work. The listed trades are non-commercial in nature and provide for non-nuclear production labor support using the policies and procedures of FAR Part 15, Contracting by Negotiation, FAR Subpart 16.5, Indefinite-Delivery Contracts, and FAR Subpart 19.5, Set-Asides for Small Businesses. Perspective bidders are required to fulfill at minimum four (4) of the eleven (11) trade skills. The trade skills necessary will include, but are not limited to: Marine Electrician; Marine Insulator; Marine Pipefitter; Outside Marine Machinist; Painter; Rigger / Weight Handler; Ship-fitter; Shipwright: Staging; Welder; Forklift and Marine Sheet Metal. The requirement will be solicited using full and open competition, with a portion of task orders awarded under the contracts reserved for small business concerns. The NAICS code applicable to this procurement is 336611, Shipbuilding and Repair with a size standard of 1250 employees. The Product Service Code is J998. The subject requirement is in support of the Norfolk Naval Shipyard's (NNSY) Production Workforce Division, Code 900R. This requirement is to provide non-nuclear production support services for NNSY. Specific tasks include: • Welding • Marine Pipefitting • Shipfitting • Blasting • Painting • Equipment in-place repair, removal, repair, and installation • Sheet metal forming, shaping, cutting and stamping • Electrical/electronic repairs and modernization • Electrical/electronic alteration • Pump/motor and ship's mechanical systems repair and alignment • Tank cleaning • Rigging • Temporary scaffolding removal/installation The one-year base period of performance for this acquisition is anticipated to begin on 02 November 2017. The contracts will contain four one-year option periods, including the option to extend services up to an additional six months in accordance with FAR clause 52.217-8, Option for Additional Services. The total anticipated contract period of performance is five years. The Government intends to procure this requirement by reserving a portion of the multiple awards for small businesses based on the anticipated monetary thresholds as follows: • Task orders with an estimated value of $1,000,000.00 or less are set-aside exclusively for competition among small businesses contract awardees • Task orders with an estimated value over $1,000,000.00 will be awarded using full and open competition among contract awardees The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. Solicitation N42158-17-R-0001 and subsequent amendments will be posted to this website (FEDBIZOPPs.gov). Prospective Offeror's are responsible for downloading their own copy of the solicitation and for frequently monitoring the FEDBIZOPPs website for solicitation amendments. The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at FEDBIZOPPs on the interested vendor list under N42158-17-R-0001. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. Offeror's must also be registered in the System for Award Management in order to participate in this procurement at http://www.sam.gov. All responsible sources may submit a proposal which shall be considered by the Government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor 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 the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All RFP questions shall be submitted in accordance with the solicitation, Section L, dates and procedures. Please direct all questions regarding this requirement to Alisa Y. Mahaffey, Contract Specialist at alisa.mahaffey@navy.mil and Keith G. Douglas, Lead Contract Specialist at keith.g.douglas@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3b290268134691a5df953b8d5bda5745)
 
Place of Performance
Address: Norfolk Naval Shipyard, Portsmouth, Virginia, 23709, United States
Zip Code: 23709
 
Record
SN04493658-W 20170504/170502235856-3b290268134691a5df953b8d5bda5745 (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.