Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2022 SAM #7624
SPECIAL NOTICE

J -- Ceiling Increase for the Indefinite-Delivery Indefinite-Quantity Multiple Award Contracts Awarded Under Solicitation N00024-17-R-4325

Notice Date
10/13/2022 3:47:02 PM
 
Notice Type
Special Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-18-D-4325-4338
 
Response Due
10/28/2022 8:59:00 PM
 
Archive Date
10/29/2022
 
Point of Contact
Danielle P. Fennelly, Phone: 202-826-7927, Paul Kang, Phone: 443-812-5625
 
E-Mail Address
danielle.p.fennelly.civ@us.navy.mil, paul.k.kang.civ@us.navy.mil
(danielle.p.fennelly.civ@us.navy.mil, paul.k.kang.civ@us.navy.mil)
 
Description
The Naval Sea Systems Command (NAVSEA) intends to 1) increase the contract ceilings of the Indefinite Delivery Indefinite Quantity Multiple Award Contracts (IDIQ-MACs) under the Littoral Combat Ships Sustainment and Execution Contracts West Coast (LCS SEC West Pt. II) for maintenance, modernization and repair requirements; and 2) extend the Ordering Period (OP) 5 pending competitive award of the follow-on effort. These requirements include Chief of Naval Operations Availabilities, Continuous Maintenance, Emergent Maintenance, Preventative Maintenance, Facilities Maintenance, and Corrosion Control in the Continental United States (CONUS); and Continuous Maintenance, Emergent Maintenance, Preventative Maintenance, and Corrosion Control Outside the Continental United States (OCONUS) authorized under MAC I and MAC II contracts. NAVSEA competitively awarded twelve (12) IDIQ-MACs on 28 February 2018 under solicitation N00024-17-R-4325 for repair, maintenance, and modernization requirements of LCS Class ships homeported in San Diego, California. Three (3) additional IDIQ-MACs were awarded via the rolling admissions process in 04 August 2021. The IDIQ-MACs are as follows: BAE Systems � San Diego Ship Repair, San Diego, California (N00024-18-D-4325); Vigor Marine, LLC, Portland, Oregon (N00024-18-D-4326); General Dynamics � National Steel and Shipbuilding Company, San Diego, California (N00024-18-D-4327); Marine Group Boat Works, LLC, Chula Vista, California (N00024-18-D-4328); Pacific Ship Repair and Fabrication, Inc., San Diego, California (N00024-18-D-4329); East Coast Repair and Fabrication, Norfolk, Virginia (N00024-18-D-4330); Austal USA, LLC, Mobile, Alabama (N00024-21-D-4443), Epsilon Systems Solutions, Inc., San Diego, California (N00024-21-D-4444), and Continental Maritime of San Diego, LLC, San Diego California (N00024-21-D-4445) were awarded MAC I contracts and Life Cycle Engineering, Inc., Charleston, South Carolina (N00024-18-D-4331); Colonna�s Shipyard West, LLC, San Diego, California (N00024-18-D-4332); Continental Tide Defense Systems, Inc., Reading, Pennsylvania (N00024-18-D-4335); Epsilon Systems Solutions, Inc., San Diego, California (N00024-18-D-4336); Southcoast Welding and Manufacturing, LLC, Chula Vista, California (N00024-18-D-4337); and Q.E.D. Systems, Inc., Virginia Beach, Virginia (N00024-18-D-4338) were awarded MAC II contracts. NAVSEA intends to adjust the ceiling for OP 5 of the LCS SEC West Pt. II IDIQ-MACs by $389M to reflect a cumulative ceiling of $1,189M across all MAC I and MAC II contracts and extend OP 5 by eight (8) months from February 2023 to October 2023. This increase and extension will provide sufficient coverage to complete existing and extended OP 5 efforts until the competitive follow-on effort is awarded. FAR 6.302-1(a)(2)(ii)(B), allows an agency to restrict competition when supplies are deemed to be available only from the original sources in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in unacceptable delays in fulfilling the agency�s requirements. Re-soliciting these requirements would cause unacceptable delays and negatively impact the Navy�s ability to ensure that the material condition of the ships is maintained, the ships are able to support operations and, of most significance, to restore failed mission essential systems or components to service. This synopsis is for information purposes only and shall not be construed as a commitment by the Government to solicit contractual offers or award of contracts. The Government is not soliciting, nor will it accept proposals as a result of this synopsis. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. Future information, if any, will be posted to SAM.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/336ad4cb737744a99b817d85ee516317/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06492526-F 20221015/221013230059 (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.