The RFP Database
New business relationships start here

Technical Support Services/Gun Repair


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

N00164-19-R-JN84 - Technical Support Services/Gun Repair - FSC J010 - NAICS 541990


Issue Date: 09 JUL 2019 - Closing Date: 09 AUG 2019 - 2:00 PM EDT


The Naval Sea Systems Command, Naval Surface Warfare Center Crane Division (NSWC Crane), Contract Department, Expeditionary Contracts Division, Code 023 plans to award of a Cost-Plus-Fixed-Fee contract for the procurement of Small Arms Weapons Overhaul, Repair and Maintenance support services to support the Small Arms Weapons Division of the Special Warfare and Expeditionary Systems Department at NSWC Crane and the U.S. Navy's mission. This effort is to provide continuity of support services until a competitive follow-on SeaPort NxG Task Order (N00164-19-R-3513) is awarded. This "Bridge Contract" will be issued on a sole source basis to SAIC, 14064 E. Westgate Ct., Crane, IN 47522. The proposed "Bridge Contract" period of performance will be for a 12-month period. 


The NSWC Crane Small Arms Weapons Systems Division requires support services to assist the Government in the overhaul and maintenance of handguns, shotguns, rifles, anti-armor shoulder fired weapons, sniper rifles, submachine guns, light/medium/heavy machine guns, and crew-served weapons including 40mm grenade launcher/machine guns. Pursuant to FAR 7.105(b)(7), the Contractor shall provide engineering technician, gunsmith, logistics and analyst expertise in the task areas in order to assist the NSWC Crane Small Arms Weapons Systems Division in accomplishing its mission and objectives.


The outcomes expected from performance under this Task Order include manufacturing and fabrication, repair/overhaul/assembly of military hardware, building access control, management of material required for repair/overhaul/assembly, equipment maintenance and repair. 


The services and materials procured under this requirement shall be in accordance with the Statement of Work (SOW) and Contract Data Requirements List (CDRLs). Services will be performed on-site at NSWC Crane IAW the Statement of Work. Services will be accepted by the Contracting Officers Representative (COR) at NSWC Crane. The estimated contract Level of Effort is 44,000 hours. 


This Bridge Contract is being solicited as a sole source IAW FAR 6.302-1(a)(2)(iii)(B) which allows an agency to restrict competition when services are deemed to be available only from the original source in the case of a follow-on contract, for the continued provision of highly specialized services when it is likely that an award to any other source would result in unacceptable delays in fulfilling the agency requirements. The current SeaPort-e Task order provides Small Arms Weapon overhaul, maintenance and repair services critical to the NSWC Crane mission. It is essential that the current incumbent contractor continue these critically needed services without any disruption. A new contractor would be unable to perform these services without delay in coverage, which would seriously harm the Government's ability to support the aforementioned services. This tasking requires fifteen (15) of the estimated twenty (20) Contractor employees to be Explosive Safety Certified prior to performing the tasking. Presently the incumbent contractor is the only source with current, requisite knowledge and specialized expertise capable of satisfying the Government's requirement during the "Bridge Contract" while the follow-on competitive procurement is being conducted. This will ensure the services needed to meet the agency's requirements will not be interrupted. No other contractor besides the incumbent contractor could organize its workforce, obtain required security clearance and Explosive Safety Certification and develop the technical expertise required to provide the necessary effort by the end of the existing SeaPort-e Task Order.


Request for proposal will not be made available through http://www.fbo.gov. No formal request for proposal will be issued. Responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Companies interested in subcontracting opportunities should contact SAIC directly. 


Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov.


The proposed noncompetitive "Bridge Contract" action is anticipated to be awarded under FAR part 15, contracting by negotiations. The anticipated contract action award date is 30 July 2019.


The Government point of contact is Ms. Teresa Brough at telephone number 812-854-4247 or e-mail teresa.brough@navy.mil . Reference the solicitation number N00164-19-R-JN84 when responding to this notice.

 


Teresa D. Brough, Procuring Contracting Officer, Phone 8128544247, Email teresa.brough@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP