Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SOLICITATION NOTICE

J -- USS BONHOMME RICHARD (LHD 6) FY18 Dry-Docking Phased Maintenance Availability (DPMA)

Notice Date
11/13/2017
 
Notice Type
Presolicitation
 
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-4404
 
Point of Contact
Ivy Hosokawa, Phone: 2027813121, Steven G. Galer, Phone: 202-781-2873
 
E-Mail Address
ivy.e.hosokawa@navy.mil, steven.galer@navy.mil
(ivy.e.hosokawa@navy.mil, steven.galer@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command (NAVSEA) intends to issue solicitation N00024-18-R-4404 for the execution of the USS BONHOMME RICHARD (LHD 6) Fiscal Year (FY) 18 Dry-Docking Phased Maintenance Availability (DPMA) on the West Coast. The availability will include a combination of maintenance, modernization, and repair, and is expected to require a highly capable contractor with substantial facilities, including a LHD 1 Wasp Class capable dry-dock, pier and human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization. In accordance with the CNO's Homeport Statute, 10 U.S. Code 7299a(c), CNO availabilities with production periods estimated to be greater than 180 calendar days are considered long-term and will be competed on a coast-wide basis, without limiting the place of performance to the vessel's homeport. As the production period for the FY18 DPMA is greater than 180 calendar days, the availability shall be competed on a West coast-wide basis. Based on the complexity, magnitude, and duration of the requirement, the Government's market research indicates there are not two or more small business concerns capable of competing for the requirement and therefore this procurement will not be set-aside for small business (FAR 19.502-2(b)). The solicitation will be issued electronically via Federal Business Opportunities (FBO) at http://fbo.gov and interested parties must comply with that announcement. Interested offerors should monitor the FBO page for the release of the solicitation, and any applicable amendments. Offerors must be registered in the System for Award Management (SAM) in order to participate in this procurement at https://www.sam.gov/portal/public/SAM/. FBO is the single point of entry for posting of the synopsis and solicitations to the internet. This pre-solicitation notice is for information only and shall not be construed as a commitment by the Government to solicit contractual offers or award of contracts. The Government is not soliciting, nor will it accept proposals as a result of this synopsis. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. All responsible sources may submit a proposal, which shall be considered by the agency. The availability start date is anticipated to be July 2018. The delivery date of the vessel is expected to be no later than October 2019. The RFP will contain the specific dates. The ship check dates are anticipated to be 8 December - 22 December 2017 at Naval Base San Diego. The RFP will contain the specific dates. The Government anticipates release of a Request for Proposal (RFP) the week of 27 November 2017. The Government anticipates making a single award on or around 25 April 2018. Offerors and subcontractors may request an electronic draft J-1, Specification Package No. [SSP TPPC-LPD19-NSSA17-CNO1] and draft J-3, Execution Milestones and Key Event Dates by written request to ivy.e.hosokawa@navy.mil. A draft J-2, Work Item Plans, Drawings, and Other References in CD format is anticipated to be available the week of 19 June.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-18-R-4404/listing.html)
 
Place of Performance
Address: Contractor’s Facility; West Coast, USA, United States
 
Record
SN04738733-W 20171115/171113231253-2fc0e096c05b0dd6ea14c58699c7784a (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.