Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2024 SAM #8261
SOLICITATION NOTICE

J -- Navy Expeditionary Combat Craft (NECC) Repairs

Notice Date
7/8/2024 12:41:51 PM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
 
ZIP Code
92136-5205
 
Solicitation Number
N5523624R0002
 
Response Due
7/31/2024 2:00:00 PM
 
Archive Date
08/15/2024
 
Point of Contact
Elisa Allison, Roderick Rioveros
 
E-Mail Address
elisa.r.allison.civ@us.navy.mil, roderick.q.rioveros.civ@us.navy.mil
(elisa.r.allison.civ@us.navy.mil, roderick.q.rioveros.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Southwest Regional Maintenance Center (SWRMC) intends to issue a Request for Proposal (RFP) solicitation to accomplish Navy Expeditionary Combat Craft (NECC) Repairs for crafts 5 Meters to 78 Foot to include transportation equipment, service craft or associated systems from 50 to 78 feet in length � by Navy hull designation or length overall (LOA). The contractor(s) shall furnish the necessary management, material support services, labor, supplies, and equipment deemed necessary to provide marine boat/craft yard and industrial support. Work includes specific modifications, upgrades, service life extension and repairs to non-commissioned boat/crafts, transportation equipment, service craft to include their associated systems, and periodic maintenance primarily in support of San Diego area Naval Facilities (Naval Base San Diego, Naval Air Station North Island, Naval Amphibious Base Coronado, Naval Outlying Landing Field Imperial Beach, and Point Loma Submarine Base) for boat/crafts, transportation, and service craft accessories. Repairs shall be performed within 50 miles of 32nd Street Naval Base San Diego unless specified in delivery order. Some of the NECC boats/crafts which range from 50 to 78 feet are not able to be towed or delivered on roadways and will be required to be repaired pier side or dry berthed at a Naval Facility.� For the purposes of this requirement, support is defined as, but is not limited to, providing manpower and equipment to accomplish maintenance, alteration installations, repairs, modernizations, testing, stowage, machine shop services, transporting boats, craft, and service craft to include trailers and cradles for marine boat/craft as listed in Section J, Attachment J-1. If the Navy issues an RFP for this requirement, the acquisition and solicitation-to-award process shall abide by Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS) and the Navy Marine Corps Acquisition Regulation Supplement (NMCARS) guidelines. The Government anticipates awarding this effort as a supply contract whereas the supply equates to the procurement of repaired, mission-ready boats, crafts, or transportation equipment which shall be returned to service with the Fleet. Award will be based on a best-value procurement utilizing past performance, technical, and price as evaluation factors. FAR 52.216-27 Single or Multiple Awards (OCT 1995) applies. This procurement is not restricted to Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) contractors. This is a follow-on procurement. All responsible sources may submit a proposal which shall be considered by this agency. The successful offeror will be required to have a SWRMC-approved Quality System (IAW NAVSEA Standard Item 009-04), approved and in place at the time of contract award. The Navy will issue the RFP electronically on https://piee.eb.mil and www.Sam.gov and interested parties must comply with that solicitation requirements and instructions for proposals. Interested offerors are hereby encouraged to monitor https://piee.eb.mil and www.Sam.gov for the anticipated release of the solicitation and any associated amendments. Offerors shall be registered in the Solicitation Module in Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) in order to be eligible for award.� This synopsis is issued in accordance with FAR 5.203(a) and shall not be construed as a commitment by the Government to issue a solicitation or award a contract. The Government will not accept proposals as a result of this synopsis. The Government will not reimburse respondents for any questions submitted or information provided in response to this notice.� The Government anticipates issuing�a Firm-Fixed Price solicitation in October 2024. The RFP will be issued as a Total Small Business Set-Aside. The result will be a firm-fixed price (FFP), multiple award, indefinite delivery/indefinite quantity (MAC-IDIQ), five (5) year contract, including five (5) each 12-month ordering periods. The applicable NAICS code is 336611 Ship Building and Repairing (a small business must have 1,300 or less employees).� Offerors that are interested in this procurement may send an e-mail providing all point of contact information to Elisa Allison at elisa.r.allison.civ@us.navy.mil and Roderick Rioveros at roderick.q.rioveros.civ@us.navy.mil to receive a courtesy notification when the RFP is posted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/09da5eebdfd94953886904b88af58e9b/view)
 
Place of Performance
Address: San Diego, CA 92136, USA
Zip Code: 92136
Country: USA
 
Record
SN07119583-F 20240710/240708230110 (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.