Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

13 -- MK54 Lightweight Torpedo (LWT) MOD 0 Unique Kits and MOD 1 Common Parts

Notice Date
5/14/2020 7:05:52 AM
 
Notice Type
Presolicitation
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
NAVAL UNDERSEA WARFARE CENTER KEYPORT WA 98345-7610 USA
 
ZIP Code
98345-7610
 
Solicitation Number
N0025319R0015
 
Archive Date
06/08/2020
 
Point of Contact
Kimberly Hammit, Brett Markle
 
E-Mail Address
kimberly.hammit@navy.mil, BRETT.MARKLE@NAVY.MIL
(kimberly.hammit@navy.mil, BRETT.MARKLE@NAVY.MIL)
 
Description
MK54 Lightweight Torpedo (LWT) MOD 0 Unique Kits and MOD 0 MOD 1 Common Parts Solicitation Number:� N0025319R0015 (This notice has been revised to attach certain additional draft documents.) The following additional DRAFT documentation is provided for review prior to release of the solicitation: Solicitation Sections A through K Attachments 5-13, Attachment 15, and Exhibits C-AV Attachment 6 Form DD254 Submit draft documentation questions via email to Kimberly Hammit at kimberly.hammit@navy.mil and Brett Markle at brett.markle@navy.mil.� Reference the above solicitation number when submitting questions. (This notice has been revised to attach certain draft documents and update instructions for receipt of technical information as set forth immediately below.) The following DRAFT documentation is provided for review prior to release of the�solicitation: Attachment 1 Statement of Work Attachment 2 Contract Baseline Attachment 4 Build to Print Items and Assemblies Exhibits A and B CDRLs Technical information will be available via a mailed compact disc (CD) and companies requesting the information must complete the attached K-227-W001 provision and provide proof of a Secret facility clearance and Secret safeguarding capability to Andrea Hinds, 360-315-5610, andrea.hinds@navy.mil at the time the information is requested.� Classified material received in conjunction with this solicitation shall be returned or destroyed in accordance with the Industrial Security DoD Manual 5220.22M.� In the event the material is destroyed, the Contracting Officer must be notified by copy of the destruction report. Submit draft documentation questions�via email to Kimberly Hammit at kimberly.hammit@navy.mil and Brett Markle at brett.markle@navy.mil. �Reference the above solicitation number when submitting questions. (This notice has been revised to update the anticipated draft documents, solicitation, and award timeframes in the second to last paragraph.) THIS IS NOT A SOLICITATION, REQUEST FOR QUOTE OR PROPOSAL.� This synopsis is being issued pursuant to FAR Part 5.201.� No contract or purchase order will be awarded from this notice.� The solicitation number for this requirement is N0025319R0015. �(NOTE:� N0025319R0015 replaces N0002419R6405, which was utilized for this requirement�s 11 April 2019 FedBizOps (FBO) sources sought notice.) �� The NAICS code is 332993, with a Small Business Size Standard of 1,500 employees and the primary Product Service Code is 1355. � The Naval Sea Systems Command, Naval Undersea Warfare Center Division Keyport, in support of Program Executive Office Submarines (PEO SUB), intends to issue a solicitation for MK54 Lightweight Torpedo (LWT) MOD 0 unique kits and MOD 0 / MOD 1 Common Parts Kits. �The MK54 LWT maximizes the use of Non-Developmental Item (NDI) technologies, incorporating the proven technologies from existing torpedo programs with state of the art commercial off-the-shelf (COTS) processors.� The MK54 LWT has two mature models or MODs.� The MOD 0 has been in Full Rate Production (FRP) since 2006 while the MOD 1 entered Low Rate Initial Production (LRIP) in 2016.� This requirement is a follow-on to N0002416C6423 with the Raytheon Company and is to procure MK54 LWT MOD 0 unique kits (i.e. Processor Group Assembly (PGA) and W4 cables) and MK54 LWT MOD 0 / MOD 1 common parts (i.e. Control Group Assembly (CGA), Inertial Measurement Unit (IMU), fuel tank, and afterbody upgrade kit).� Proof of Design (POD), Proof of Manufacture (POM), as well as spares, Provisioned Item Order (PIO) material, and production support material are anticipated.� In addition, engineering and hardware repair services (i.e. studies, prototyping hardware solutions, testing / analyzing designs, analyzing production issues, and repairing associated Government-owned equipment) are anticipated.� Foreign Military Sales (FMS) are anticipated as part of this requirement. The Government anticipates awarding a single contract with Fixed Price Incentive (FPI) CLINs for POD and POM kits units; Firm Fixed Price (FFP) CLINs for kits, parts, material, spares, and PIO; Cost Plus Fixed Fee (CPFF) CLINs for engineering and hardware repair services; and Cost only CLINs for Other Direct Costs (ODCs).� The anticipated contract will include a base period with six (6) additional option periods, and will not exceed the requirement for seven (7) years of supplies.� In addition, each period is anticipated to include optional item CLINs. �Offers are anticipated to be FOB Origin and will be evaluated on the basis of best value to the Government, which means that selection of the contractor is to be based on other than the lowest price, technically acceptable offer. � The Government anticipates four factors:� Factor 1:� Technical Factor 2:� Past Performance Factor 3:� Small Business Utilization / Participation Factor 4:� Cost / Price This is anticipated to be a full and open solicitation that will be OPEN TO U.S. PRIME CONTRACTORS OR U.S. BASED CONTRACTORS THAT ARE FIREWALLED FROM THEIR FOREIGN PARENT COMPANY.� The technical information is anticipated contain both classified and unclassified information, which is restricted by the Arms Export Control Act.� Companies must have a Secret facility clearance and Secret safeguarding capability.� The Government will not provide sponsorship for new or upgraded facility clearances.� No bidders list will be maintained by this office. �No telephone or fax requests for the solicitation package will be accepted. �Failure to respond to the electronically posted solicitation and associated amendments prior to the date and time set for receipt of offers may render the offer non-responsive and result in rejection of same. Offerors must have a current registration in the beta.SAM.gov database. �All responsible sources may submit a proposal, which shall be considered by the agency. � It is anticipated that parts of the draft solicitation will be released on or about 24�April 2020 and the solicitation will be issued on or about the end of May�2020, with a 35 calendar day response time.� The anticipated contract award date is on or about the end of�July�2021. Inquiries shall be submitted in writing via email to Brett Markle at brett.markle@navy.mil. �Reference the above solicitation number when responding to this notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8bcaf09b364a44d89dacfd6a3ac1b238/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05657746-F 20200516/200514230155 (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.