Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOLICITATION NOTICE

J -- LM2500 Power Turbine Assembly Overhaul

Notice Date
10/16/2020 8:03:37 AM
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
 
ZIP Code
19112-1403
 
Solicitation Number
N64498-21-R-4003
 
Response Due
10/22/2020 9:00:00 AM
 
Archive Date
11/06/2020
 
Point of Contact
Yarden Doar, Christie Lee Colaianni, Phone: 2158971883
 
E-Mail Address
yarden.doar@navy.mil, Christie.Colaianni@navy.mil
(yarden.doar@navy.mil, Christie.Colaianni@navy.mil)
 
Description
The Naval Surface Warfare Center Philadelphia Division (NSWCPD) Philadelphia, PA site has the requirement for commercial depot level overhaul of U.S. Navy LM2500 Power Turbine Assembly (PTA) via Request for Proposal N64498-21-R-4006. The proposed acquisition will provide for commercial depot level overhaul of US Navy, US Coast Guard, Military Sealift Command and Foreign Military Navy LM2500 PTAs, National Stock Number (NSN) 2S 2835-01-032-9124.� The LM2500 was designed and manufactured by General Electric (GE) and is utilized by the US Navy as the MGT engine aboard over 300 surface combatants including CG-47, DDG-51 and LCS-2 Class ships. The scope of this requirement includes but is not limited to: teardown, inspection, updating, configuration, assembly, testing, preservation, documentation, and marking and packaging. NSWCPD seeks to competitively award multiple Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) type Contracts. In accordance with Class Deviation 2018-O0006, which implements Section 825 of the National Defense Authorization Act (NDAA) for Fiscal Year 2017, the Government will not evaluate cost or price for the contract awards. The Government intends to make multiple awards to each and every responsible Offeror(s) who meets the requirements per the solicitation and are eligible for award. �The ordering period is anticipated to be sixty (60) months, with an anticipated period of performance to be seventy-two (72) months. At the Task Order (TO) level, this procurement will utilize DoD Best Value Source Selection Procedures of either Tradeoff or Lowest Price Technically Acceptable (LPTA) with Price/Cost being an evaluation factor for every TO, which will be conducted in accordance with FAR 16.505.This process allows for a tradeoff between non-cost factors and cost/price, and allows the Government to accept other than the lowest priced proposal or other than the highest technically rated proposal to achieve a best value Task Order award. This is a follow-on effort to Contracts N6449817D4001/4002 awarded to Air New Zealand Gas Turbines and MTU Maintenance Berlin-Bradenburg.� The procurement will be Unrestricted, Full and Open Competition. The applicable North American Industry Classification System (NAICS) Code for this requirement is 811310; Small Business Size Standard is $7.5M. The Product Service Code (PSC) for this effort is J028. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP along with any amendments will be posted to the Beta.Sam.Gov website at https://beta.sam.gov. All interested parties may download the solicitation and any amendments through Beta.Sam.Gov. The Request for Proposal (RFP) for this acquisition will be N64498-21-R-4006. No CDs or hard copies will be provided. Offerors shall be required to submit technical proposals only. Offerors must be registered with the System for Award Management (SAM) website at https://sam.gov/SAM/. Be advised that periodic access to the websites listed above is essential for obtaining updated documentation and information regarding subject procurement. All questions and comments will be entertained after release of the solicitation via email only.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/73bc8ca258e94ddb9dc89b93f8f2eefb/view)
 
Record
SN05829579-F 20201018/201016230135 (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  © 1994-2020, Loren Data Corp.