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
SOURCES SOUGHT

19 -- DDG 51 and FFG 7 Planning Yard Support

Notice Date
10/11/2017
 
Notice Type
Sources Sought
 
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
N00024-18-R-4311
 
Archive Date
10/27/2017
 
Point of Contact
Abbey L Scholl, Phone: 2027812227, David B, Hector, Phone: 2027810462
 
E-Mail Address
abbey.scholl@navy.mil, david.hector@navy.mil
(abbey.scholl@navy.mil, david.hector@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command (NAVSEA) intends to negotiate, on a sole source basis, a cost-reimbursement contract for the accomplishment of Planning Yard (PY) support for DDG 51 Arleigh Burke-class and FFG 7 Oliver Hazard Perry-class ships. The DDG-51 Class Planning Yard provides technical and engineering support for 62 DDG-51 Class in-service ships. This support is currently provided by General Dynamics Bath Iron Works (BIW), 700 Washington Street, Bath ME 04530-2574, under contract N00024-12-C-4311, which was extended on a sole source basis in December 2016. The efforts provided under this contract include, but are not limited to: - Planning Yard technical and engineering support as delineated in the Navy Modernization Program Management Oversight Manual NAVSEA SL720-AA-MAN-030 Revision 3; - Alteration design and planning, systems platform integration, logistics and configuration management support; - CNO availability planning and execution support, including availability duration analysis; - PIO Material procurement; and - On-site technical support, and modernization and repair support. The contract award is planned for BIW pursuant to statutory authority of 10 U.S.C. 2304(c) (1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. It is anticipated that the contract will be awarded in Q3 FY18 and will consist of a base year and four option years. BIW is the lead-ship designer and builder with the requisite familiarity and knowledge of DDG 51/FFG 7 configurations as well as detailed understanding of the construction techniques and practices used to build these ships. As the DDG Modernization program enters its highest level of activity with 16 major DDG Modernization availabilities scheduled in FY18 through FY20, BIW is the only responsible source that can satisfy agency requirements without unacceptable schedule delays. This notice is not a request for competitive proposals. It is a notice outlining the Government's intent to contract on a sole source basis with BIW. Interested sources are solicited to provide their detailed written technical capabilities. Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government and must be submitted by email to Ms. Abbey Scholl (abbey.scholl@navy.mil) in an electronic format that is compatible with MS Word, no later than 17:00 EST on October 23, 2017. Verbal submissions via phone will not be accepted. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than ten (10) pages. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice is not to be considered a request for quotations or proposals. No solicitation document is available. No contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source is available and more advantageous to the Government. If no written challenge to this synopsis is received, a justification and approval (J&A) for other than full and open competition in accordance with the statutory authority of 10 U.S.C. 2304 (c)(1) as implemented by Federal Acquisition Regulation (FAR) subpart 6.303 will be initiated. Contracting Officer Address and Point of Contacts: Naval Sea Systems Command Attn: Mr. David Hector (SEA 02432) 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC 20376-2030 E-mail to abbey.scholl@navy.mil and david.hector@navy.mil Subject Line: DDG Planning Yard Sources Sought Response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-18-R-4311/listing.html)
 
Place of Performance
Address: Bath, Maine, United States
 
Record
SN04710997-W 20171013/171011231159-b009bdba4bc7dd9b04cc813b1ec3c5ab (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.