Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2003 FBO #0518
SOLICITATION NOTICE

28 -- Mine Countermeasures (MCM-1) and Coastal Mine Hunter (MHC-51) Replacement Diesel Engines

Notice Date
4/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N65540 Naval Surface Warfare Center Naval Business Center, Naval Base Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N6554003R0006
 
Archive Date
7/15/2003
 
Point of Contact
Robert Colot 215-897-7060 Robert Colot, 215-897-7060.
 
E-Mail Address
Email your questions to Click here to contact the contract specialist via email:
(colotrr@nswccd.navy.mil)
 
Description
Replacement diesel engines for diesel engines currently installed aboard the Mine Countermeasures (MCM-1) and Coastal Mine Hunter (MHC-51) Class of Ships (CLINs 0002 - 0007). The goal of this procurement is to provide high reliability, cost effective replacement diesel engines, spare parts, special tools, training and performance based logistics support for fourteen Mine Countermeasures (MCM -1) Class ships and twelve Coastal Mine Hunter (MHC-51) Class ships. The MCM-1 Class ships require four main propulsion diesel engines per ship and three ship service diesel generator engines per ship. The existing MCM 1&2 shipboard diesel engines are of a different manufacturer from the MCM 3 through 14 shipboard engines and have slightly different technical requirements. The MHC-51 Class ships will require two main propulsion diesel engines per ship and three ship service diesel gene rator engines per ship. Engines will be required 60 days after date of order. First Article Units and completion of testing will be required under CLIN 0001 150 days after date of contract. Spare parts (CLIN 0009) and special tools (CLIN 0014) for the engines are to be provided. Offerors shall price three forms of performance based logistics services support (CLINs 0011 - 0013). The three forms of performance based logistics which shall be priced by the contractor are defined by standardized U.S. Navy logistics support terms: Contractor Logistics Services (CLS), Performance Based Logistics (PBL) and Performance Based Logistics - Commercial (PBL-C). The Government will select the performance based logistics services CLIN that provides the best value to the Government. Technical Data is to be provided under CLIN 0006. The Contractor shall also provide local, factory and o n-board operator training services (CLIN 0008). The contractor shall provide a technical evaluation of the suitability of the installation detail design developed under a follow on contract (CLIN 0015). The purpose of this review is to ensure engine reliability, maintainability and accessibility are not adversely affected by the proposed installation plan. A five year indefinite delivery, indefinite quantity contract with fixed price and cost plus award fee contract line items is anticipated. The maximum quantity is four First Article Units of Item 0001, 172 production units under CLINs 0002, 0003, 0004, 0005, 0006, and 0007; 66 training courses under CLIN 0008, 59 sets of spare parts under CLIN 0009; the technical data under CLIN 0010; either CLIN 0011, 0012 or 0013; 32 sets of special tooling under CLIN 0014; and the services under CLIN 0015. Offerors will be required t o submit technical and cost proposals. Offers will be evaluated and award will be made on a best value basis. This procurement is unrestricted. The solicitation will be available approximately 14 May 2003.
 
Web Link
Solicitation will be available at:
(http://www.neco.navy.mil)
 
Record
SN00314465-W 20030501/030429213754 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.