Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2018 FBO #5980
SOLICITATION NOTICE

19 -- DETAIL DESIGN & CONSTRUCTION AND LIFE CYCLE ENGINEERING & SUPPORT OF LPD 30 AMPHIBIOUS TRANSPORT DOCK SHIP

Notice Date
4/6/2018
 
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-2406
 
Archive Date
5/6/2018
 
Point of Contact
Anthony C. O'Rourke, Phone: 2027813253, Troy Balk, Phone: 2027813232
 
E-Mail Address
anthony.orourke@navy.mil, troy.balk@navy.mil
(anthony.orourke@navy.mil, troy.balk@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command intends to issue solicitation N00024-18-R-2406 to Huntington Ingalls Incorporated, acting through its Ingalls Shipbuilding division (HII), 1000 Access Road, Pascagoula, MS 39567 on a sole source basis for Detail Design and Construction (DD&C) of the LPD 30 Amphibious Transport Dock Ship and Life Cycle Engineering and Support (LCE&S), which includes post-delivery availability planning, systems integration and engineering support, design, material readiness, and logistics support for the San Antonio Class. The LX(R) requirement that was developed to replace the retiring LSD 41/49 Class amphibious ships will be fulfilled with a San Antonio Class Flight II with LPD 30 as the lead ship. As the designer, builder, and life cycle engineering and support provider of the entire San Antonio Class Flight I, HII is the only source with the requisite knowledge and experience required to construct the lead ship of the San Antonio Class Flight II and provide the required LCE&S. Pursuing an alternate source through competition would result in significant duplication of costs and unacceptable delays due to the loss of design expertise and production efficiencies achieved on the previous 13 ships that cannot be recovered on the first planned ship of Flight II. No other vendor possesses the requisite facilities and qualified cadre of engineers, designers, and a construction workforce that can design, plan, construct, test, and deliver current and future amphibious ships. This notification is issued for subcontracting purposes only. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1. This notice of intent is not a request for competitive proposals. However, all responsible sources may submit a capability statement, proposal, or quotation within fifteen days after date of publication of this synopsis, which shall be considered by the Government. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-18-R-2406/listing.html)
 
Place of Performance
Address: 1000 Access Road, Pascagoula, Mississippi, 39567, United States
Zip Code: 39567
 
Record
SN04881416-W 20180408/180406230934-83154aa4b9fb7fb7be2a41cee7c4f31a (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.