Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 16, 2021 SAM #7137
SOLICITATION NOTICE

19 -- Surface Combatants (SC) Ship Design Engineering

Notice Date
6/14/2021 2:10:52 PM
 
Notice Type
Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N0002421R2313
 
Response Due
7/6/2021 9:00:00 AM
 
Archive Date
08/06/2021
 
Point of Contact
Chris Pellecer, Phone: 2027813649, Matthew Barbato
 
E-Mail Address
christopher.pellecer@navy.mil, matthew.barbato@navy.mil
(christopher.pellecer@navy.mil, matthew.barbato@navy.mil)
 
Description
SECTION 1: SYNOPSIS The Naval Sea Systems Command (NAVSEA) is issuing solicitation N0002421R2313 as a full and open competition for the Surface Combatant (SC) Ship Design Engineering effort. The purpose of the SC effort is to support PEO Ships and the NAVSEA Ship Design Manager (SDM) in design and engineering efforts complimentary to the Navy�s Future Surface Combatant Force (FSCF) and other emerging ship concepts, and conduct feasibility studies as part of supporting the broader Navy fleet. In direct support of the FSCF initiative, the Navy expects the SCs will be capable, multi-mission ships that perform missions similar to the current cruiser and destroyer fleet. This contract will primarily support the Government-led SC design and development activities including early shipbuilding industry engagement and will produce the designs and technical data products necessary to proceed to Detail Design and Construction (DD&C) of future surface combatants. Future surface combatants could be a new ship design or a modification to an existing ship design. The effort includes participation in necessary risk reduction activities and obtaining necessary engineering, technical, ship configuration, and logistic data through a Government-led design process for future surface combatant ships. The Navy�s future surface combatants will seek to leverage the Guided Missile Destroyer (DDG) 51 Flight III combat system while identifying and evaluating the integration of non-developmental mechanical and electrical systems into a new or modified hull design; incorporating platform flexibility and growth opportunities to meet future Fleet requirements. The Government will lead the successful offeror in the translation and documentation of the Navy�s requirements and design engineering products in the form and format suitable for the Government to execute acquisition strategies for SC DD&C and definition and procurement of Government Furnished Equipment (GFE). The initial SC baseline will principally use non-developmental technologies, and will be designed to have flexible and adaptable Hull, Mechanical and Electrical (HM&E) systems with significant space, weight, power and cooling (SWaP-C) margins to rapidly and economically insert future capabilities, including future blocks/flights. Successful Offerors will be required to contract with existing surface combatant shipbuilders, General Dynamics Bath Iron Works (BIW) and Huntington Ingalls Industries (HII) as Government directed subcontractors. Offerors will only be allowed to submit one proposal as a prime contractor, and each prime contractor will only be eligible for a single award. However, offerors may be subcontractors under a prime in multiple proposals. SECTION 2: GENERAL INFORMATION IMPORTANT: In order to be considered for contract award, the offeror must have a SECRET facility clearance by time of award. Foreign contractors, who have a teaming arrangement in place with participating U.S. companies, may act as subcontractors to U.S. prime contractors. However, the export of defense articles, defense services, and related technical data is subject to the Arms Export Control Act and the International Traffic in Arms Regulations (ITAR) and requires the issuance of an export license by the U.S. Department of State. SECTION 3: INSTRUCTIONS FOR OBTAINING SOLICITATION Any contractor interested in receiving the solicitation shall submit their respective DD Form 2345 via email to the Points of Contact provided in Section 4 of this notification. Once received, the Government will independently verify each DD Form 2345. The Government will then respond with an email qualifying the contractor and include the Solicitation and Attachments. SECTION 4: SUBMISSION OF RESPONSES All responsible sources may submit inquiries/questions for consideration. Inquiries/questions concerning this announcement may be e-mailed to the Contracting Officer, Chris Pellecer (christopher.pellecer@navy.mil), with CC to the Contracts Specialists, Matthew Barbato (matthew.barbato@navy.mil) and Jamie Oppenheimer (jamie.oppenheimer@navy.mil). The Government does not commit to provide a response to any comment or question resulting from this notice. ___________________________________________________ June 2, 2021 � The Government provided Batch 1 Bidders� Questions to those contractors to whom the Government provided the original solicitation. Any contractor interested in receiving the solicitation, amendments, or bidders� questions shall follow the directions in Section 3. June 14, 2021 ��The Government provided Amendment 0001 and Batch 2 Bidders� Questions to those contractors to whom the Government provided the original solicitation. Any contractor interested in receiving the solicitation, amendments, or bidders� questions shall follow the directions in Section 3.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/653c5d88d6904ef9b6617a0b5c2e988a/view)
 
Record
SN06030809-F 20210616/210614230114 (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.