Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

A -- Synopsis: Weight Reduction of the Escort Mission Module (EMM) Towed Systems

Notice Date
4/7/2021 6:57:39 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541 — Professional, Scientific, and Technical Services
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-15-C-086C
 
Response Due
4/24/2021 11:00:00 AM
 
Archive Date
05/09/2021
 
Point of Contact
Taylor Curtis, Phone: 4018322161, Andrew Nagelhout, Phone: 4018323844, Fax: 4018324519
 
E-Mail Address
taylor.curtis1@navy.mil, andrew.c.nagelhout@navy.mil
(taylor.curtis1@navy.mil, andrew.c.nagelhout@navy.mil)
 
Description
Type: Synopsis/Request for Information Solicitation #: N66604-15-C-086C Contract Award Date: 22 July 2015 Contract Award Dollar Amount: $232,258,955.63 Agency/Office: Naval Sea Systems Command Location: Newport, RI 02870 Title: AC34 Classification Code: A -- Research & Development PSC Code: AC34 NAICS Code: 541 -- Professional, Scientific, and Technical Services/541712 -- Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) Response Date: 24 April 2021 This is a synopsis/Request for Information (RFI) for a modification to Contract N66604-15-C-086C with Raytheon Company (hereafter referred to as �Raytheon�) for noncommercial services prepared in accordance with FAR 5.207 as supplemented with additional information included in this notice. This is also an RFI as defined in FAR 15.201(e) and is posted as required by the Defense Federal Acquisition Regulation Supplement (DFARS) and Procedures, Guidance, and Information (PGI) 206.302-1. NAVSEA is seeking information on industry�s ability to implement scope increases to the above referenced contract. Raytheon, Portsmouth, RI, 02871 is receiving modification number N66604-15- C-086C P00065 to previously awarded Contract No. N66604-15-C-086C issued by the Naval Undersea Warfare Center Division Newport. The purpose of the modification is to revise and increase the ceiling labor hours and Other Direct Costs (ODC�) for additional Phase III Test & Integration level of effort. This is not a set-aside. Note: The information contained in this announcement is unclassified. The objective of this contract is to achieve weight reduction of the Escort Mission Module (EMM) towed systems and associated dry-end components in support of Littoral Combat Ship (LCS) Anti-Submarine Warfare (ASW) Mission Package (MP).� The Escort Mission Module towed systems and associated dry-end components covered by the contract are required to meet established performance, reliability, safety and operability requirements. While weight reduction is the primary objective, the solution must also be compliant with LCS embarkation and installation requirements, and when integrated into the larger mission package, maintain the current capability with respect to ASW performance. The Contractor shall support ship and mission module integration and Fleet experimentation, post-delivery support, training, and integrated logistics support (ILS).� The ILS scope includes sparing, installation and check-out equipment, repair as required, sustainment and support products. Due to unanticipated changes in funding, deployment and test schedules, and utilization; the government requires an extension of the phase III test and integration tasking of the contract, through FY24, to support test schedule extension of ASW MP. The change in test and integration schedule, calls for contractor test, and integration as provided under the current contract. As a result, this justification and approval addresses adding labor hours and ODCs under the level of effort clause of the contract over a period of performance through FY24. The proposed contract action is for supplies for which the Government intends negotiate with only one source under the authority of 10 U.S.C. 2304(d) (1)(B) (ii), as implemented by FAR 6.302-1(a)(2)(ii)(B). FAR 6.302-1(a)(2)(ii)(B) states, �For DoD, NASA, and the Coast Guard, services may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of highly specialized services when it is likely that award to any other source would result in-- Unacceptable delays in fulfilling the agency's requirements�. Raytheon, as the original equipment manufacturer (OEM) under the current contract, is the only company with skills and knowledge necessary to meet the Navy�s need for installation, integration and testing engineering services without unacceptable delay. NAVSEA is conducting the market research required by regulation to identify potential sources that possess the capability to perform this effort. It is anticipated that consideration of alternate sources for this requirement would require an unacceptable delay for the source to become familiar with the hardware developed under the contract to date and that would significantly impact the delivery schedule. Although the Government plans to eventually conduct a full and open competition for future requirements over the 10 units, the government cannot begin the process for a follow-on competitive procurement until receiving and validating the production level Technical Data Package (TDP). The Navy cannot receive the TDP until 180 days after exercise of the first production unit per the contractor�s proposal, estimated for late FY22. Considering the time needed to review the TDP followed by the approximately 20 months needed to prepare and complete a full and open competition, the government estimates FY25 as the earliest date for award of a follow-on competitive contract. The synopsis is not a request for competitive proposals. All responsible sources may submit a capability statement, which shall be considered by the Government. A determination by the Government not to compete this proposed acquisition based on responses to this notice is solely within the discretion of the Government. All potential sources with the capability to accomplish the requirements referenced in this notice are invited to submit written information sufficient to demonstrate the respondent's ability to fulfill the requirements described in this notice. Responses shall describe your technical capabilities and experience in supporting the requirement. Responses to this notice must be submitted via e-mail to the points of contact listed, and must be received no later than the identified response date. Each submission should include one electronic (virus scanned) copy in Microsoft Word or Adobe Portable Data Format (PDF). The subject line of emails containing responses or questions related to this notice should reference the solicitation number for this notice. Respondents shall limit responses to a maximum of four (4) pages in length, excluding the cover page, based on a minimum font size of 10 points. Include a cover page with your response that lists the following information: � A. Solicitation Number for this Notice B. Vendor/Company Name C. Vendor Mailing Address and Physical Address (if different) D. Name of the Point of Contact E. Email Address F. Phone Number G. Vendor DUNS Number H. Business Size Status (based on NAICS code for this notice) I. A list of all NAICs codes as identified in the vendor's Online Representations and Certifications Application (ORCA) All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. Responses to this notice will become Government property and will not be returned to the submitter. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of listed in this notice. This notice is not a request for proposals. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kind of offers will be considered in response to this notice. Respondents are wholly responsible for any costs or expenses associated with submitting a response. Follow-up questions may be asked of responders for clarification, but this will not indicated a selection or preference. No reimbursement will be made for any costs associated with providing information in response to this notice or any further requests for information relating to a response. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy. Not responding to this RFI does not preclude participation in any future RFP or other solicitation, if any is issued. Classified material will not be accepted. Information shall be submitted prior to 24 April 2021 via email to all of the following points of contact: Taylor Curtis at taylor.curtis1@navy.mil and Andrew Nagelhout at andrew.c.nagelhout@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ab6d6ebc43cf48eb8ea797c0d0c9c73e/view)
 
Place of Performance
Address: Portsmouth, RI 02871, USA
Zip Code: 02871
Country: USA
 
Record
SN05964681-F 20210409/210407230112 (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.