The RFP Database
New business relationships start here

NUWCDIVNPT Naval Array Technical Support Center Facility Services and Supplies


Rhode Island, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Amendment 5:


The purpose of this amendment is to answer industry questions and revise the solicitation and solicitation attachments. Please see the attached revised solicitation "N66604-19-R-0182-0004".


 


Amendment 4:


The purpose of this amendment is to extend the proposal due date. Please see the attached revised solicitation "N66604-19-R-0182-0003".


NOTE: The Government anticipates posting a subsequent amendment to answer additional industry questions.


Amendment 3:


The purpose of this amendment is to answer industry questions, revise the solicitation, and to extend the proposal due date. Please see the attached revised solicitation "N66604-19-R-0182-0002".


NOTE: The Government anticipates posting a subsequent amendment to answer additional industry questions.


 


Amendment 2:


The purpose of this amendment is to answer industry questions, revise the solicitation, and to extend the proposal due date. Please see the attached revised solicitation "N66604-19-R-0182-0001". 


NOTE: The Government anticipates posting a subsequent amendment to answer additional industry questions.


 


Amendment 1:


The purpose of this amendment is to revise the www.fbo.gov posting information and to provide an additional solicitation attachment as follows.


The Government requests that interested parties please review Attachment 2a, "CLIN 0003 Firm Fixed Price Materials Pricing Table - FILL IN". The Government requests interested parties fill in the "Industry Feedback" column in Attachment 2a for only those line items in which it is encountering difficulties obtaining vendor quotes that are prohibiting the potential offeror from proposing firm-fixed unit prices for the items specified in Attachment 2a. Interested parties shall specify what challenges are being encountered and shall also provide proof of the issues in the form of supporting documentation such as email correspondence from the vendors. Attachment 2a responses and substantiating documentation are required to be submitted via email to Kristina Michael at Kristina.Michael@navy.mil no later than 21 June 2019 at 1400 EST for consideration by the Government. The Government makes no guarantee that responses received after the above date and time will be considered.


Please be advised that the Government is currently reviewing and preparing responses to additional industry questions received. Government responses will be issued in a forthcoming solicitation amendment. The Government anticipates extending the solicitation response date and time upon issuance of the forthcoming solicitation amendment.


All other solicitation terms and conditions remain unchanged.


 


The Naval Undersea Warfare Center Division, Newport, RI (NUWCDIVNPT) intends to award a single five-year, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with Cost-Plus-Fixed-Fee (CPFF), Firm Fixed-Price (FFP), and Cost- Reimbursement (CR) provisions for services and supplies associated with operation of the Naval Array Technical Support Center (NATSC) facility.


This procurement will be processed under FAR Part 15. The North American Industry Classification System (NAICS) Code is 541330. The Small Business Size Standard is $38,500,000. This procurement is being solicited on a competitive, unrestricted basis, as concurred with by the NUWCDIVNPT Office for Small Business Programs and the Small Business Administration (SBA) representative. This is a total follow-on requirement to SeaPort-e Task Order N00178-14-D-7578/N6660417F3005 with Leidos, Incorporated.


In support of this effort, the Contractor shall manufacture, upgrade, repair, refurbish, diagnose, troubleshoot, test, evaluate, salvage and scrap towed arrays, towed array modules, towed array component parts, tow cables, tow cable component parts, towed array outboard cable assemblies, hoses, hose component parts, ancillary equipment and ancillary equipment component parts for the NATSC facility. The Contractor shall also provide production engineering and technical and logistics support services for towed array systems. See Synopsis Attachment #1 - Draft Statement of Work (SOW).


Additionally, services under this contract will require the acquisition and use of, at minimum, approximately 20,000 individual parts and materials in support of the depot level maintenance that the Contractor will be tasked to perform at the NATSC facility. The Government intends to establish two (2) FFP CLINs for materials. CLIN 0003 will be established based upon the offeror's proposed pricing within the FFP Pricing List. See Synopsis Attachment #2 - Draft FFP Pricing List. CLIN 0004 will be established to procure other material not included under the CLIN 0003 Attachment #2 - Draft FFP Pricing list as delivery orders are initiated by the Government.


The requirement will be solicited with the following contract line item structure:


CLIN 0001: CPFF Services in accordance with (IAW) the SOW; Quantity: 1,846,790, Labor Hours.


CLIN 0002: Other Direct Costs (ODCs) associated with CLIN 0001; Quantity: 1, Lot.


CLIN 0003: FFP Materials IAW the Draft FFP Pricing List (Attachment #2); Quantity: 1, Lot.


CLIN 0004: FFP Materials (other than those identified under CLIN 0003); Quantity: 1, Lot.


CLIN 0005: Data in accordance with Exhibit A, Contract Data Requirements List (CDRLs), DD Form 1423 (Not Separately Priced); Quantity: 1, Lot.


CLIN 0006: Contractor Acquired Property (Not Separately Priced); Quantity: 1, Lot.


Solicitation N66604-19-R-0182 is anticipated to be released on or about 13 May 2019. The closing date for receipt of proposals will be established in the solicitation. Technical proposals are required.


The Government intends to award to the eligible, responsible offeror whose offer represents the best value to the Government considering the following factors: (1) Technical Capability (inclusive of subfactors: Technical Approach, Technical & Operational Management Scenarios, and Personnel); (2) Small Business Participation; (3) Past Performance; and (4) Cost/Price. The specific evaluation criteria will be outlined in the solicitation.


Offerors must be actively registered in the System for Award Management (SAM) (sam.gov) to be eligible for award. Instructions for registration are available at the SAM website: https://www.sam.gov/SAM/.


Offerors must file the annual VETS-4212 "Federal Contractor Veterans' Employment Report" in accordance with Clause 52.222-37 "Employment Reports on Veterans (FEB 2016)". Instructions are available at the VETS-4212 website: https://www.dol.gov/vets/vets4212.htm.


Note: Applicable documents and Government Furnished Information referenced in the SOW are labeled Distribution D, which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Therefore, vendors shall be registered with the Joint Certification Program (JCP) in order to receive the package. Please visit www.dla.mil/HQ/LogisticsOperations/Services/JCP.aspx for further details on the program and registration. The method for requesting the aforementioned documents will be established in the solicitation.


The solicitation and any subsequent amendments will be issued electronically via posting to the FedBizOpps.gov website. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for monitoring the site for any amendments. All timely offers will be considered.


No comments, questions, or inquiries regarding the synopsis for RFP N66604-19-R-0182 shall be made to any Government person other than the point of contact identified below. This is not an RFP. This notice shall not be construed as a promise to contract or commitment of any kind. This information is subject to modification and in no way binds the Government to award a contract. The Government is not responsible for any cost incurred by industry in responding to this notice. Any questions regarding this synopsis shall be directed to Kristina Michael, Contract Specialist, via email at kristina.michael@navy.mil.


Kristina E. Michael, Contract Specialist/Negotiator, Phone 4018325218, Email kristina.michael@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP