SOURCES SOUGHT
R -- Heating, Ventilation, Air Conditioning and Refrigeration (HVAC&R) Shipboard Support Services
- Notice Date
- 1/3/2020 6:40:20 AM
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112 USA
- ZIP Code
- 19112
- Solicitation Number
- N64498-20-R-4023
- Response Due
- 2/3/2020 9:30:00 AM
- Archive Date
- 02/18/2020
- Point of Contact
- Michael R. Sommeling, Contracting Officer, Phone: 2158971226, Dustin Bordelon, Contracting Officer
- E-Mail Address
-
michael.r.sommeling2@navy.mil, dustin.bordelon@navy.mil
(michael.r.sommeling2@navy.mil, dustin.bordelon@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PRE-SOLICITATION NOTICE.� The Naval Surface Warfare Center Philadelphia Division (NSWCPD) has a requirement, to be awarded on a competitive basis, to provide Air Conditioning and Refrigeration (AC&R), Ventilation, Collective Protection System (CPS), Thermal Management Control System (TMCS), and Refrigerant Leak Monitors (RLM) support services to include design, project management, engineering, technical, programmatic, logistics, maintenance, troubleshooting, repair, balancing, testing, certification, installation, alterations, Life Cycle Management, and software support. This also includes all supporting distributive, electrical and mechanical systems supporting AC&R, Ventilation, CPS, TMCS, and RLM. The services provided shall support system installations, conversions and upgrades of AC&R, Ventilation, CPS, TMCS, and RLM and emergent needs for Original Equipment Manufacturer (OEM) support.� Additionally, the contractor shall support similar efforts for legacy Navy AC&R, Ventilation, and CPS systems or other related systems in support of NSCWPD programs. These programs encompass shipboard ventilation supply, exhaust and recirculation systems and related components and controls including thermal management systems, air conditioning and refrigeration systems (either distributed or modular), related components and controls, and CPS equipment and components. Navy AC&R equipment specifically refers to equipment, which is found onboard AS, CG, CVN, DDG, FFG, LCS, LHA, LHD, LPD, LSD, LCC, PC, AOE, LSV, LSU, MCM, SSN, and SSBN/GN class ships and submarines. Tasks will include but are not limited to alterations support, groom and repair work, equipment life cycle management, collection and analysis, logistic product development, material procurement and training. Support tasks included in this scope of work could include work on U.S. Naval ships, Coast Guard ships, Army Watercraft, other U.S. Government Ships, International Government marine vessels, at shore-based facilities, and land-based test sites. The official Request for Proposal (RFP) will be published on the Federal Business Opportunities website at http://www.beta.sam.gov. Written proposals will be requested. Interested offerors should beta.sam.gov website�for the release of the RFP. The RFP is anticipated for release in February of Fiscal Year (FY) 2020, with award anticipated in January of FY 2021. The procurement is anticipated to result in the award of up to four (4) multi-award Indefinite-Delivery, Indefinite-Quantity (IDIQ) type contracts with Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP) ordering provisions. The Government intends to make multiple awards. The estimated period of performance includes a one-year base period and four one-year option periods. This effort is being competed as a 100% small business set-aside. This contract will be competitively awarded pursuant to 10 U.S.C. 2304 and the Federal Acquisition Regulations 6.401 (b). The Product Service Code (PSC) for this effort is R425. Disclaimer: 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 contracts. The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. If a competitive solicitation is issued in the future, it will be announced via FEDBIZOPPS, and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This is not a solicitation or a promise to issue a solicitation, and this information is subject to modification and in no way binds the Government to award a contract.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/db7ff263319e4791b570253f3332a9cd/view)
- Record
- SN05526810-F 20200105/200103230133 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |