Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 14, 2021 SAM #7074
SOLICITATION NOTICE

R -- CNAF EMS - ENGINEERING AND TECHNICAL SERVICES

Notice Date
4/12/2021 12:53:11 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
EngineeringMaintSprt
 
Response Due
5/12/2021 1:00:00 PM
 
Archive Date
05/27/2021
 
Point of Contact
Morgan Olszak
 
E-Mail Address
morgan.olszak@navy.mil
(morgan.olszak@navy.mil)
 
Description
The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Norfolk, VA 23511-3392, intends to award a multiple award, firm-fixed-price (FFP), indefinite-delivery, indefinite-quantity contract(s) for engineering, technical and maintenance services to accomplish specific requirements described herein and in the resultant solicitations/contracts for aircraft carrier maintenance and modernization advance planning, work package development and integration, and work package execution.� The policies and procedures of FAR Part 15, Contracting by Negotiation, and FAR Subpart 16.5, Indefinite-Delivery Contracts will be utilized. A Request for Information (RFI)/Sources Sought Notice (CNAF EMS � Engineering and Technical Services) associated with this solicitation was posted on 16 February 2021 to identify interested sources and obtain feedback on the draft Performance Work Statement. As a result of information obtained from responses to the RFI/Sources Sought Notice, this requirement will be solicited using full and open competition. The NAICS code applicable to this procurement is 541330. The size standard is $41.5 million for Marine Engineering and Naval Architecture services (Exception C). The Product Service Code is R425. This requirement is for engineering, technical and maintenance services in support of U.S. Navy aircraft carriers as required by Commander Naval Air Forces (CNAF), East and West. Services will accomplish specific requirements for aircraft carrier maintenance and modernization advance planning, work package development and integration, and work package execution. The services required under this contract include, but are not limited to, the following: ���Integrated modernization and repair work package planning ���Life cycle maintenance plans (LCMP) development ���Design review of Ship Change Documents (SCD), including SCD guidance ���Fleet modernization program support ���Integrated Logistics Support (ILS) ship checks and updates ���Diagnostics** ���Machine and equipment assessment and recommendations ���Update and maintain currency of Life Cycle Resource Systems (LCRS) data base** ���Management Support Systems Analysis SCD ILS requirements documentation. TEAM ONE Support������������������������������������������������������������������������������������� Causal Model Analysis CVN IPT Mock Availability Support ** The contractor shall not perform analysis or diagnostics on systems which are listed in NAVSEA Instruction C9210.4 (latest series) on nuclear powered aircraft carriers. Services will be required at both the contractor�s and Government�s sites, to include Naval shore installations and ships at sea. The contractor must have office locations within a one-hour driving distance of the following locations: Bremerton, WA Norfolk, VA San Diego, CA The effective period for this acquisition is anticipated to be from 01 June 2022 through 31 May 2027. The total anticipated contract period of performance is five (5) years. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. THE SOLICITATION IS NOT YET AVAILABLE. Once available, the solicitation will be posted to this site (Beta SAM.gov at https://beta.sam.gov/.). The solicitation is expected to be available in early September 2021. All responsible sources may submit a proposal that shall be considered by the Government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. Please direct all questions regarding this requirement to Morgan Olszak at morgan.olszak@navy.mil. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/334ffdaea67146f5bf38914f40f51cc5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05969047-F 20210414/210412230114 (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.