Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2017 FBO #5803
SOLICITATION NOTICE

J -- CVN Nuclear Maintenance and alteration IDIQ

Notice Date
10/11/2017
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A18R0801
 
Archive Date
11/29/2017
 
Point of Contact
Brian Fergus, Phone: 3604764572
 
E-Mail Address
james.fergus@navy.mil
(james.fergus@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Puget Sound Naval Shipyard (PSNS) Contracting Office (Code 440) located at 1400 Farragut Ave, Bremerton, WA 98314 intends to issue an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for both cost plus fixed fee (CPFF) and firm fixed price (FFP) delivery orders in support of nuclear and nuclear related shop support in the maintenance/repair of CVN aircraft carriers at PSNS. The proposed contract action is for shop support for which the Government intends to solicit and negotiate with only Huntington Ingalls Industries - Newport News Shipbuilding (HII-NNS) under the authority of 10 U.S.C. § 2304 (c)(1) as the only responsible source as no other supplies or services will satisfy agency requirements. HII-NNS is the only company capable of providing the support in accordance with OPNAVINST 4700.7L (4) (l). The period of performance is first quarter of 2018 through fourth quarter of calendar year 2022 with an anticipated award date in January 2018. This procurement will be conducted utilizing FAR Part 15 procedures. Interested persons may identify their interest and capability in response to this requirement. Information received shall be reviewed by the Government and will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination of the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. This synopsis is not a request for competitive proposals nor is it intended to in any way create an obligation on the part of the Government. The expertise and experience anticipated to be needed for the performance of this contract includes, but is not limited to, the following touch labor support: a. The contractor shall provide the following trade mix for Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF): "A" qualified Radiological Controls Technicians (RCTs) and "A" qualified supervisors; shipfitters, sheetmetal mechanics, pipe welders, outside machinists, insulators, and the foremen/supervisors associated with those trades. b. In accordance with OPNAVINST 4700.7L (4) (l), repairs, maintenance, and modernization of the propulsion plants in nuclear-powered ships involve unique considerations for technical and quality control, ship safety, radiological controls for occupational health and safety, and information security. •(1) Reactor plant maintenance, repair, and modernization beyond the capability or capacity of the organizational level shall be assigned only to nuclear capable fleet maintenance activities or private sector shipyards and performed following the requirements established by CNO (N00N), NAVSEA 08. •(2) Depot-level repair, maintenance, and modernization for steam plant systems, electric plant systems, and those auxiliary ship systems that support the reactor plant and associated reactor safety systems in nuclear-powered ships shall be assigned only to nuclear-capable shipyards and performed per requirements established by COMNAVSEASYSCOM with NAVSEA 08 concurrence. The applicable NAICS code for his requirement is 336611 with a small business size standard of 1000 employees. The product service code is J999. All responsible sources may submit a capability statement which demonstrates meeting the requirements of OPNAVINST 4700.7L (4) (l) which shall be considered by the agency. All potential offerors are invited to respond by contacting Contract Specialist J. Brian Fergus in writing via email at james.fergus@navy.mil. The subject line of emails shall state "Solicitation - Shop Support (Company Name)". Potential offerors may also contact Brian Fergus with any questions up to 14 days prior to the close date of this synopsis. Note: the Sources Sought was issued under N4523A-17-R-0011. Note: the Synopsis was issued under N4523A18R0001. This number has been administratively changed to N4523A18R0801. The solicitation and any amendments will be posted under this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18R0801/listing.html)
 
Place of Performance
Address: Within the area of responsibility of PSNS&IMF. See the Statement of Work., United States
 
Record
SN04710624-W 20171013/171011230904-c5ec370d7abab47b65c5be3ba8c68ad9 (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  © 1994-2020, Loren Data Corp.