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
MODIFICATION

J -- Yard Torpedo Test Range Craft 10 (YTT-10) Regular Overhaul (ROH)

Notice Date
10/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Keyport Division, 610 Dowell Street, Keyport, Washington, 98345-7610, United States
 
ZIP Code
98345-7610
 
Solicitation Number
N00253-17-R-0010
 
Archive Date
10/26/2017
 
Point of Contact
Olivia K. Maund, Phone: 3603157851, Jason Gavinski, Phone: 3603150947
 
E-Mail Address
olivia.maund@navy.mil, jason.gavinski@navy.mil
(olivia.maund@navy.mil, jason.gavinski@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Naval Undersea Warfare Center Division Keyport intends to solicit and award a firm-fixed price contract as a total small business set-aside, under the authority of FAR 5.201. This requirement is for a Regular Overhaul of a Yard Torpedo Test Range Craft 10 (YTT-10). The qualification requirement of potential Offerors to be eligible for award is to possess a Master Ship Repair Agreement/Agreement for Boat Repair (MSRA/ABR) certification. For more information on this certification, see the following link: http://www.navsea.navy.mil/Home/RMC/CNRMC/MSR-ABR/. The estimated period of performance will be 60 days. The area of consideration for the requirement to be fulfilled is restricted to the West Coast of the United States only. This notice is a pre-solicitation synopsis, in accordance with FAR 5.201, to inform interested parties of the Government's intent to set-aside to a small business. This notice is a request for competitive proposals. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. The Government will consider all responses received prior to the closing date of this synopsis. A determination by the Government to set-aside to small business is solely within the discretion of the Government. This requirement is being issued as a synopsis for non-commercial items in accordance with FAR 5.203. This announcement constitutes only the synopsis. The solicitation number for this requirement will be issued as a Request for Proposal (RFP) and is numbered: N00253-17-R-0010. The applicable NAICS code for this requirement is 336611 and has a size standard of 1250. This procurement will be solicited under FAR Part 15. All questions regarding this synopsis should be submitted in writing, no later than 11 October 2017 11:59 pm PDT. Questions should be submitted via email to: olivia.maund@navy.mil. Questions previously asked since original posting date: This question was sent via email at 0735 on 27 SEPT 2017: Question: Has a contractor performed similar work to this for the government in the past? If available, please provide the incumbent contract number. If you are unable to provide a contract number, is it safe to assume this is a new requirement for the government? Answer: This is not a new requirement. Yes, it has been done in the past. This question was sent via email at 0907 on 27 SEPT 2017: Question: Is the subject vessel(s) restricted from coming to Alabama, Gulf of Mexico? Answer: This requirement is restricted to the West Coast of the United States only. This question was sent via email at 0718 on 04 OCT 2017: Question: Is there any particular reason as to the requirement for having a MSRA/ABR certificate with this vessel? Answer: MSRA/ABR certifications are required for the prime contractor only, subcontractors do not apply. The certification is required in accordance with DFARS 217.71 and CNRMCINST 4280.1. This question was sent via email at 1414 on 04 OCT 2017: Question: Is the subject vessel that is on this Pre-solicitation named USNV DISCOVERY BAY (YTT-10)? Answer: No. This is the USNV BATTLE POINT. This question was sent via email at 0746 on 05 OCT 2017: Question: Is there an anticipated start date to the period of performance? Answer: February 1 st is the anticipated start date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00253/N00253-17-R-0010/listing.html)
 
Place of Performance
Address: NUWC Keyport Division, 610 Dowell Street, Washington, 98345-7610, United States
Zip Code: 98345-7610
 
Record
SN04710748-W 20171013/171011231004-297caef2b1c2fbeac4b6460f4f3a0935 (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.