Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 05, 2023 SAM #7709
SOLICITATION NOTICE

J -- Touch Labor Production Support

Notice Date
1/3/2023 10:31:30 AM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
 
ZIP Code
23709-1001
 
Solicitation Number
N4215823R0003
 
Response Due
1/18/2023 10:00:00 AM
 
Point of Contact
Sheena Lassiter, Phone: 7573967756
 
E-Mail Address
sheena.lassiter@navy.mil
(sheena.lassiter@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Naval Sea Systems Command (NAVSEA), Norfolk Naval Shipyard (NNSY) intends to award Firm Fixed Price (FFP) Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Contracts (MACs), with competition among the awardees for individual task orders to provide production support for qualified personnel capable of performing the tasks identified by trade referenced within the statement of work. The listed trades are commercial in nature and provide for non-nuclear production labor support using the policies and procedures of FAR Part 12, Acquisition of Commercial Products and Commercial Services, FAR Part 15, Contracting by Negotiation, FAR Subpart 16.5, Indefinite-Delivery Contracts, and FAR Subpart 19.5, Small Business Total Set-Asides, Partial Set-Asides, and Reserves. � The trade skills necessary will include, but are not limited to: Marine Electrician; Marine Insulator; Marine Pipefitter; Outside Marine Machinist; Painter; Rigger / Weight Handler; Ship-fitter; Shipwright: Staging; Welder; Forklift and Marine Sheet Metal. The requirement will be solicited using a competitive, 100% small business set-aside. �The NAICS code applicable to this procurement is 336611, Shipbuilding and Repair with a size standard of 1250 employees. �The Product Service Code is J998. The subject requirement is in support of the Norfolk Naval Shipyard�s (NNSY) Production Workforce Division, Code 900R. �This requirement is to provide non-nuclear production support services for NNSY. �Specific tasks include: � o�� �Marine Electrician o�� �Marine Insulator/Lagger o�� �Marine Pipefitter o�� �Outside Marine Machinist o�� �Painter o�� �Rigger/Weight Handler o�� �Shipfitter o�� �Shipwright: Staging/Shrink-wrap o�� �Pipefitter o�� �Welder o�� �Forklift Operator o�� �Sheet Metal Mechanic Marine o�� �Fire Watch/Tank Watch o�� �Program Manager o�� �Project Manager o�� �Supervisor The one-year base period of performance for this acquisition is anticipated to begin on 01 October 2023. �The contracts will contain four one-year option periods, including the option to extend services up to an additional six months in accordance with FAR clause 52.217-8, Option for Additional Services. �The total anticipated contract period of performance is five years. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. �THE SOLICITATION IS NOT YET AVAILABLE. �Once available, the solicitation will be posted to this site SAM.gov. �The solicitation is expected to be available in mid-January 2023. � Solicitation N42158-23-R-0003 and subsequent amendments will be posted to this website (SAM.gov). �Prospective Offeror's are responsible for downloading their own copy of the solicitation and for frequently monitoring the SAM.gov website for solicitation amendments. �The Government is not responsible for inability of the Offeror's to access solicitation documents posted. �Prospective Offeror's should also register at SAM.gov on the interested vendor list under N42158-23-R-0003. �No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. �Offeror's must also be registered in the System for Award Management in order to participate in this procurement at http://www.sam.gov. All responsible sources may submit a proposal which shall be considered by the Government. �By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. �Failure to do so may represent grounds for refusing to accept the proposal. �By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. �Lack of registration in the SAM database will make an offeror ineligible for award. �Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. �All RFP questions shall be submitted in accordance with the solicitation, Section L, dates and procedures. �Please direct all questions regarding this requirement to Sheena Lassiter, Contract Specialist at sheena.l.lassiter.civ@us.navy.mil and Brittany Tavassoli, Contract Specialist at brittany.b.tavassoli.civ@us.navy.mil. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d2f47b6d6e6b4f698818ad813714976f/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN06554929-F 20230105/230103230104 (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.