Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2021 SAM #7104
SOLICITATION NOTICE

N -- Procurement for Alteration Installation Team (AIT) support services for various Combat Systems. AIT support services to include installation, modification, and upgrade for AN/SPQ-9B, CDC/Flag, DE, NSSMS, RAM, SSDS, and SDTS.

Notice Date
5/12/2021 3:06:27 PM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
AIT_PHD
 
Archive Date
05/27/2021
 
Point of Contact
ANTHONY DURAN, JEFFREY GAMBOA
 
E-Mail Address
anthony.duran3@navy.mil, jeffrey.b.gamboa@navy.mil
(anthony.duran3@navy.mil, jeffrey.b.gamboa@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a PRESOLICITATION NOTICE. This will be an electronic solicitation, which can be downloaded from beta.SAM.gov at https://www.beta.sam.gov. The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted. The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) intends to solicit and award a Single Stand-Alone, �C-Type� contract with the potential of Cost and/or Cost-Plus-Fixed-Fee (CPFF) Contract Line Item Numbers (CLINs) which will include the procurement of material and engineering and technical support services for Alteration Installation Team (AIT). This procurement provides services to the Ship Defense & Expeditionary Warfare Department (S-Dept.). These services include installation, modification and upgrade for various Combat Systems of NSWC PHD. NSWC PHD is a field activity of Naval Sea Systems Command (NAVSEA). NSWC PHD S-Dept. is the In-Service Engineering Agent for the Ship Defense weapon systems and sensors, which consist of, but is not limited to, the systems identified below: Ship Self Defense System (SSDS) AN/SPQ-9B (SPQ-9B) Rolling Airframe Missile (RAM) NATO SeaSparrow Surface Missile System (NSSMS) / Evolved SeaSparrow Missile (ESSM) Directed Energy (DE) � In addition, NSWC PHD is the Installation Agent for the Self Defense Test Ship (SDTS) and for the systems listed above and their associated support systems. � The proposed contract will include a one year base period with four 1-year option periods. � The estimated contract ceiling is around $248,000,000.00. � This requirement will be competed as a 100% small business set-aside in accordance with FAR 19.502-2 � Total Small Business Set Aside. � This requirement includes both products/supplies and engineering and technical services. The associated PSC is N019 Installation of Equipment: Ships, Small Craft, Pontoons, and Floating Docks. � The applicable North American Industry Classification System (NAICS) 336611 � Ship Building and Repairing. � The products and services procured will include material and engineering and technical services for PEO Integrated Warfare Systems (IWS) programs, to include the Ship Self Defense System (SSDS), AN/SPQ-9B (SPQ-9B), Rolling Airframe Missile (RAM), NATO SeaSparrow Surface Missile System (NSSMS) / Evolved SeaSparrow Missile (ESSM), and Directed Energy (DE). � The IDIQ contract will include CLINs for the following contract types: � ����������������� Contract Types by CLIN������������������� Contract Effort���������������������������� Contract Type AIT Support Services����������������� CPFF (Term) Other Direct Cost: Materials������� Cost-Reimbursable (No Fee) Other Direct Cost: Travel������������ Cost-Reimbursable (No Fee) Data�������������������������������������������� Not Separately Priced NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.beta.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/57e5bd8089f043e9a3c218405be51a58/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05999412-F 20210514/210512230111 (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.