Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2018 FBO #6196
SOLICITATION NOTICE

R -- Shipboard Habitability Ship Systems Alteration Development / Installation - RFP N64498-19-R-4018

Notice Date
11/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Philadelphia Division, 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112-1403, United States
 
ZIP Code
19112-1403
 
Solicitation Number
N64498-19-R-4018
 
Archive Date
2/28/2019
 
Point of Contact
David A. Rhoads, Phone: 215-897-7702, Byron J. Roth, Phone: 215-897-1121
 
E-Mail Address
david.rhoads@navy.mil, byron.roth@navy.mil
(david.rhoads@navy.mil, byron.roth@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Exhibit I - CDRL A025 Exhibit I - CDRL A024 Exhibit I - CDRL A023 Exhibit I - CDRL A022 Exhibit I - CDRL A021 Exhibit I - CDRL A020 Exhibit I - CDRL A019 Exhibit I - CDRL A018 Exhibit I - CDRL A017 Exhibit I - CDRL A016 Exhibit I - CDRL A015 Exhibit I - CDRL A014 Exhibit I - CDRL A013 Exhibit I - CDRL A012 Exhibit I - CDRL A011 Exhibit I - CDRL A010 Exhibit I - CDRL A009 Exhibit I - CDRL A008 Exhibit I - CDRL A007 Exhibit I - CDRL A006 Exhibit I - CDRL A005 Exhibit I - CDRL A004 Exhibit I - CDRL A003 Exhibit I - CDRL A002 Exhibit I - CDRL A001 Attachment 3 - Declaration of Non-Collusion Cert Attachment 2 - Cost Summary Sample Format Chart Attachment 1 - Direct Labor Rate Substantiation Sample Format Chart Exhibit II - DD 254 Contract Security Classification Specification RFP N64498-19-R-4018 The Naval Surface Warfare Center Philadelphia Division (NSWCPD) has a requirement, to be awarded on a competitive basis, to solicit engineering and technical support services for Habitability systems. Work is to consist of material procurement, tooling, equipment, labor and facilities for the design, installation and repair of Habitability Spaces, Facilities, Distributive Systems, Fixtures and Equipment. Habitability Spaces and Facilities consist of living, leisure and community spaces; sanitary spaces; food service and mess area spaces; medical and dental spaces; personnel service spaces i.e., barber shop, ship store, post office, disbursing, legal, gym, religious ministry and welfare, vending machine area; laundry and dry cleaning facilities; offices; workshops, laboratories and tool issue rooms; stowage, storerooms and store issue rooms. The services to be provided shall encompass the repair or replacement of interior finish materials i.e. bulkhead and overhead sheathing; deck covering systems; paint coatings; furnishings and outfitting including doors, hatches and ladders; supporting distributive systems i.e., heating, ventilation, and air conditioning; power and lighting; potable and chill water; drain, waste and vent; structural and non-structural modifications. The provided services shall encompass adherence to established environmental and personnel protection policies and requirements including hazardous material testing, handling and disposal. NSWCPD proposes to award one or more Cost-Plus-Fixed-Fee (CPFF) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract(s) resulting from this RFP. The resultant contract(s) will also contain provisions for Task Orders to be awarded on a fixed price basis when feasible. The contract(s) shall have an ordering period from date of contract award through sixty (60) months after date of award and a period of performance from date of contract award through seventy-two (72) months after date of award. The Government will determine the number of contracts to be awarded under Solicitation No. N64498-19-R-4018 in accordance with the considerations depicted in FAR 16.504(c)(1)(ii)(A). This effort is being competed as a 100% small business set-aside. The Product Service Code (PSC) for this effort is R425. See attached Solicitation for further details.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/38b64478e24ccd3e9c171c8fa4f65c5f)
 
Place of Performance
Address: It is estimated that approximately 45% of the work will be performed in the Norfolk, VA area, 5% at other East Coast areas, 45% on the West Coast and 5% at various overseas locations., United States
 
Record
SN05147009-W 20181110/181108230556-38b64478e24ccd3e9c171c8fa4f65c5f (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.