Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2020 SAM #6642
SOLICITATION NOTICE

19 -- ADVANCE PROCUREMENT AND DETAIL DESIGN AND CONSTRUCTION OF LHA 9 AMPHIBIOUS ASSAULT SHIP REPLACEMENT

Notice Date
2/3/2020 7:49:55 AM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376 USA
 
ZIP Code
20376
 
Solicitation Number
N00024-20-R-2437
 
Response Due
2/18/2020 2:30:00 PM
 
Archive Date
03/04/2020
 
Point of Contact
Brian Blasser, Phone: 2027814886, Sara Serger, Phone: 202-781-3141
 
E-Mail Address
brian.w.blasser1@navy.mil, sara.serger@navy.mil
(brian.w.blasser1@navy.mil, sara.serger@navy.mil)
 
Description
The Naval Sea Systems Command (NAVSEA) intends to issue solicitation N00024-20-R-2437�to Huntington Ingalls Incorporated (HII), acting through its Ingalls Shipbuilding division, 1000 Access Road, Pascagoula, MS 39567 for the procurement of Long Lead Time Material (LLTM), other related advance procurement (AP) efforts, pre-fabrication activities, and Detail Design and Construction (DD&C) of LHA 9, an Amphibious Assault Ship Replacement (LHA(R)) AMERICA Class Flight 1 Amphibious Assault Ship. The LHA (R) requirement was developed to replace the retiring LHA 1 TARAWA Class amphibious ships. �LHA (R) AMERICA Class Flight 0 consists of LHA 6 (USS AMERICA) and LHA 7 (TRIPOLI). �LHA 8 (BOUGAINVILLE) is designated as the lead Flight I ship, and LHA 9 will be the second Flight I ship.� As the designer and builder of the LHA (R) AMERICA Class Flight 0 Ships and the lead Flight 1 ship, HII is the only source with the requisite knowledge and experience required to construct LHA 9. 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 three (3) AMERICA-class ships that cannot be recovered on the second planned ship of LHA (R) Flight I.� 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. 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 10 U.S.C. 2304(c)(1) as implemented in Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(ii), �Only one responsible source and no other supplies or services will satisfy agency requirements� wherein supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued production when it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the Agency�s requirements. The primary purposes of the notice are to: improve small business access to acquisition information and enhance competition by identifying subcontracting opportunities. 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 calendar 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 because 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
SAM.gov Permalink
(https://beta.sam.gov/opp/3f0c55a46a424ccaa9a2475e7071c93b/view)
 
Place of Performance
Address: Pascagoula, MS 39567, USA
Zip Code: 39567
Country: USA
 
Record
SN05550338-F 20200205/200203230144 (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 |
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.