Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2017 FBO #5873
SOLICITATION NOTICE

J -- Yard Torpedo Test Range Craft 10 (YTT-10) Regular Overhaul (ROH) - N00253-17-R-0010 TDP - Solicitation

Notice Date
12/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
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
2/6/2018
 
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
Exhibit A026 Exhibit A025 A024 Exhibit A023 Exhibit A022 Exhibit A021 Exhibit A020 Exhibit A019 Exhibit A018 Exhibit A017 Exhibit A016 Exhibit A015 Exhibit A014 Exhibit A013 Exhibit A012 Exhibit A011 Exhibit A010 Exhibit A009 Exhibit A008 Exhibit A007 Exhibit A006 Exhibit A005 Exhibit A004 Exhibit A003 Exhibit A002 Exhibit A001 Past Performance Data Sheet Corporate Experience Data Sheet Five Way Breakout Performance Work Statement Request for Clarification Form Solicitation The Naval Undersea Warfare Center Division, Keyport is issuing a Request for Proposal (RFP) for a Regular Overhaul of a Yard Torpedo Test Range Craft 10 (YTT-10), USNV Battle Point. The government anticipates award of one (1) firm fixed price type contract. The Defense Priorities and Allocations System (DPAS) rating for this requirement is DO-A3. The procurement is 100% set aside for small business concerns. Applicable NAICS code for this requirement is 336611 and has a size standard of 1,250 employees. Offers shall be FOB Origin, Contractor's Facility, pricing. Requirements and evaluation procedures will be listed in the solicitation, which is required to be completely filled out and returned prior to the solicitation closing date and time. All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation. Questions should be submitted via e-mail to: olivia.maund@navy.mil and jason.gavinski@navy.mil in accordance with Attachment J-1, Request for Clarification. No paper copies will be mailed. Failure to respond to this RFP and associated amendments, if applicable, prior to the closing date and time established may render an offer non-responsive and result in rejection. Provisions and clauses in effect through the latest Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) will be included in the solicitation. To access the clauses/provisions to be completed, download the Federal Acquisition Regulation at http://acquisition.gov/far/. Download the Defense Federal Acquisition Regulation Supplement (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. Offerors are also advised that these representations and certifications can be completed electronically via the SAM website at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00253/N00253-17-R-0010/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN04771910-W 20171222/171220230914-9e86a8294679fe73ca2947109d8ba4f2 (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.