Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2021 SAM #7161
SOLICITATION NOTICE

N -- Cooperative Engagement Capability (CEC) Alteration Installation Team (AIT)

Notice Date
7/8/2021 1:55:29 PM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
N6339421R0504
 
Response Due
7/26/2021 11:00:00 AM
 
Archive Date
08/10/2021
 
Point of Contact
Shane Schmidt, Phone: (805) 330-0433, Michael W. Kennedy, Phone: (702) 523-2059
 
E-Mail Address
shane.m.schmidt1@navy.mil, Michael.w.kennedy@navy.mil
(shane.m.schmidt1@navy.mil, Michael.w.kennedy@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) issues a solicitation to provide engineering and technical support services for Alteration Installation Team (AIT). This procurement provides services to the Air Dominance Department (A-Dept.). These services include installation, modification, logistics and upgrade for various Cooperative engagement Capability systems of NSWC PHD. NSWC PHD is a field activity of Naval Sea Systems Command (NAVSEA). NSWC PHD A-Dept. is the In-Service Engineering Agent (ISEA) for the Cooperative Engagement Capability (CEC). The Contractor shall include installation task planning & coordination, procurement of installation material & prefabrication, installation execution, reporting, and closeout. The Contractor shall also include material tracking, inventory management, packing, crating, and handling for shipments and receipt transactions, material shipping, material disposal, inventory database updates, routine inventories, and procurement of incidental materials. The primary work location will be at NSWC PHD in Port Hueneme, California. � Based on the market research results, the Government has determined that this requirement will be solicited under the provisions of FAR Subpart 19.5 Small Business Total Set-Aside under NAICS 336611, pursuant to the policies and procedures of FAR Part 15 Contract by Negotiation. �The activity small business office concurs with the set aside determination. AMENDMENT 0001:��The purpose of this amendment is to (1) add the first conformed and modification copies of the RFP in response to the question and answer's from contractors as follows: QUESTION #1: Contractor respectfully requests the following SIDs and LAR. � Page 118 RE: USG-2B Backfit Installations �SIDs � Page 119 RE: USG-2B Fleet Intro Installations �SIDs � Page 119/120 RE: AECU to ECSC Back Fit Installations �SIDs � Page 120 RE: CET Equipment & Cabling Installations � LAR Answer: Any DoD contractor can make this same request for documents and have them provided. QUESTION #2: Contractor respectfully requests the following information: 1. WDs for Norfolk and Newport News, VA; Mayport, FL; Bremerton, WA; and Pascagoula, MS 2. SIDs for: a. USG-2B Back Fit Installations b. USG-2B Fleet Intro Installations c. AECU to ECSC Back Fit Installations 3. LAR for CET Equipment & Cabling Installations 4. The following NSWC PHD-specific documents: a. NSWC PHD Instruction 9090.3 (Series), Alteration Installation Team Quality Management System Procedures (current version) b. NSWC PHD 488402-2-006 (Series), NSWC PHD PAAA Antenna Alignment Verification (current version) c. NSWC PHD 48402-2-009 (Series), NSWC PHD Fiber Optical Transmission Line (current version) d. NSWC PHD 48402-2-010 (Series), NSWC PHD Coaxial Transmission Line (current version) e. NSWC PHD 48402-3-005 (Series), NSWC PHD ECSC PAO FILL (current version) ANSWER: Any DoD contractor can make this same request for documents and have them provided. QUESTION 3: Are overtime hours to be included in the Cost Proposal? If yes, how should the overtime man-hours be calculated? ANSWER: No, however bidders can include overtime hours if they choose. QUESTION 4: CDRLs do not appear to be completed since there are �notes� attached from Michael D. Thompson with recommendations and/or requested corrections. Please advise. ANSWER: This version was added in error. The correct version is now uploaded. QUESTION 5: Some of the CLINs 2001 through 2007 are identified as �Option� which we believe is incorrect. Please advise. ANSWER: All CLINs are appropriately marked. QUESTION 6: CLINs 2103 and 2107 both are titled CET Cabling Kit. Is it possible to make these into one CLIN with a total of 14 units required? ANSWER: No, they are meant to be separate options. QUESTION 7: Units of kits don�t track between the tables in Section L and CLINs for �AECU to ECSC Back Fit� (no units in the Base year CLINs, 1 less unit in the CLINs than the table for OY1; between the two years, there should be a total of 13 units per the table, but the CLINs have only 11). ANSWER: Below is the correct number of purposed installation per year. In section L �AECU to ECSC Back Fit Table� there is an error for OY1 it should be 11 purposed installation. The San Diego area should only have two vice three purposed installations for OY1. Base year � 0 purposed installations OY1 � 11 purposed Installations OY2 � 12 purposed Installations OY3 � 15 purposed Installations OY4 � 8 purposed Installations QUESTION 8: Section L, page 121, paragraph xi � does the Government anticipate six or seven BOMs? ANSWER: 7 BOMs USG-2 - 2B Kit Procurement USG-2B Fleet Intro Kit Procurement ECSC Back-Fit Kit CET Cabling Kit Cable Build and Test Cable Repair and Test CaaS Material Procurement QUESTION 9: On Required Staff Plan_LOE tab of Attachment JS-8: Unable to locate labor rate for SCA Occupation Code 99100 for the Fire Watch. Located in the SCA DIRECTORY OF OCCUPATIONS but not in the wage determinations. ANSWER: The BLS Percentile section in the JS-8 has the labor rate range we are projecting.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d9eef3e81f44423fbf6e756f540a05ed/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN06054845-F 20210710/210708230125 (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.