Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2022 SAM #7562
SOLICITATION NOTICE

19 -- DDG 1000/1001 DSRA

Notice Date
8/12/2022 4:47:30 AM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-23-R-2324
 
Response Due
8/27/2022 2:00:00 PM
 
Archive Date
10/25/2022
 
Point of Contact
Chris Pellecer, Phone: 2027813649, Jamie Oppenheimer, Phone: 2027813467
 
E-Mail Address
christopher.b.pellecer.civ@us.navy.mil, jamie.e.oppenheimer.civ@us.navy.mil
(christopher.b.pellecer.civ@us.navy.mil, jamie.e.oppenheimer.civ@us.navy.mil)
 
Description
The Naval Sea Systems Command (NAVSEA) intends to award a sole source contract to Huntington Ingalls Industries, Inc. (HII), Ingalls Shipbuilding Division (Ingalls), 1000 Access Road, Pascagoula, MS 39568.� The contract will be for the maintenance and modernization included in the Chief of Naval Operations (CNO) Dry-Docking Selected Restricted Availability (DSRA) of the USS ZUMWALT (DDG 1000) and USS MICHAEL MONSOOR (DDG 1001). The modernization scope of the effort will require specialized yard cranes for greater lift capacity, dry-dock facilities, covered assembly areas, and dedicated fabrication shops. Additionally, extensive facilities (i.e., pre-outfit areas and large paint and blast facilities), special tooling and test equipment, trained workforces, and extensive material bases necessary to construct, maintain and modernize DDG 1000/1001 will be required. Further, the DDG 1000/1001 requires 4160 volts shore power in order to operate the ship. Use of an alternative source, other than HII, would result in unacceptable ship and program schedule delays and would produce adverse impacts to the DDG 1000/1001 operational requirements.� Additionally, use of a source not experienced in construction of destroyers would require additional management resources to oversee less experienced personnel.� Therefore, HII is the only contractor capable of providing these requirements. The contemplated contract will be awarded pursuant to 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1 (a)(2)(iii). This pre-solicitation synopsis shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. �The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. �This is not a request for proposals, a promise to issue a request for proposals, or a promise by the Government to pay for information received in response to this synopsis or any subsequent synopsis. �The information contained herein is subject to modification and in no way binds the Government to award a contract. �The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. Interested parties may identify their interest and capability to respond to the requirement in response to this notice through a capability statement. �This synopsis notice is not a request for competitive proposals.� However, all expressions of interest received within fifteen (15) days after date of publication of this synopsis will be considered by the Government.� Any submissions will not be reimbursed by the Government � the entire cost of any submission will be at the sole expense of the source submitting the information. �A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.� No telephone inquiries will be accepted.� The Government does not commit to providing a response to any comment or questions.� No basis for a claim against the Government shall arise as a result of this announcement.� Responses should be received no later than the response date listed in this announcement. All responses should be forwarded with the Solicitation number in the subject line to Jamie Oppenheimer (jamie.e.oppenheimer.civ@us.navy.mil) and Christopher Pellecer (christopher.b.pellecer.civ@us.navy.mil).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/225f063455ba4a78947653310f14abe7/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06425360-F 20220814/220812230122 (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.