Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2007 FBO #2173
MODIFICATION

R -- ENGINEERING MAINTENANCE SUPPORT SERVICES

Notice Date
8/2/2007
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392, UNITED STATES
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-07-R-0028
 
Response Due
9/4/2007
 
Point of Contact
Darlene Tucker, Contract Specialist, Phone 757-443-1335, Fax 757-443-1337
 
E-Mail Address
darlene.tucker@navy.mil
 
Description
MODIFICATION 1 IS ISSUED TO CHANGE SOLICITATION POSTING DATE FROM 01 AUGUST 2007 TO 05 SEPTEMBER 2007. The Government intends to negotiate an Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract with cost-plus-fixed-fee pricing for Engineering Maintenance Support Services (EMS) and required materials for the aircraft carrier maintenance and modernization advance planning, work package development and integration. The resulting contract will be for the base period of 01 March 2008 through 28 February 2009 with four one-year option periods. This requirement will be issued under full and open competition in accordance with FAR, Part 6.1. FAR Clause 52.217-8. Option to Extend Services, and FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns shall be incorporated into the solicitation/contract. When ordered by issuance of individual Task Orders (OTs), the Contractor shall provide services including, but not limited to providing, for U. S. Navy Aircraft Carriers and Battle Group Support Vessels as required by COMMANDER Naval Air Forces (CNAF), engineering, technical, and maintenance services to accomplish specific requirements described herein for aircraft carrier maintenance and modernization advance planning, work package development and integration, and work package execution. Note, for this contract, in regard to nuclear powered aircraft carriers, contract personnel shall not be employed to perform design/engineering/logistic services in posted radiation areas, handle radioactive materials, or wear radiation measuring dosimetry devices. (1) Integrated modernization and repair work package planning; (2) Life cycle maintenance plans (LCMP) development; (3) Design review of Ship Change Documents (SCD), including SCD guidance; (4) Fleet modernization program support; (5) Integrated Logistics Support (ILS) ship checks and updates; (6) Diagnostics; (7) Machine and equipment assessment and recommendations; (8) Update and maintain currency of Life Cycle Resource Systems (LCRS) data base; (9) Management Support Systems Analysis; (10) SCD ILS requirements documentation; (11) TEAM ONE Support; (12) Casual Model Analysis; (13) CVN IPT Mock Availability Support. The contractor shall not perform analysis or diagnostics on systems which are listed in NAVSEA Instruction C9210.4 (latest series) on nuclear powered aircraft carriers. The estimated man hours for the base period is 229,698 regular and 3,017 overtime, first option period of 236,590 regular and 3,107 overtime; second option period 243,488 regular and 3,201 overtime; third option period 250,792 regular and 3,297 overtime; and forth option period 258,315 regular and 3,396 overtime. It is anticipated that the following level of effort for each lot year will be utilized as follows: approximately 10% Bremerton, WA; 20% Norfolk, VA; 20% San Diego, CA; 20% Contractor?s Facilities; 15% Various Aircraft Carriers; and 15% to other locations as specified on individual Task Orders. The North American Industry Classification System (NAICS) code is 541330 and the size standard is $4.5 Million. This procurement will be solicited as a negotiated procurement. Request for Proposal (RFP) N00189-07-R-0028, is an unrestricted procurement. The order of importance are as follows: (1) Technical Capability Plan (Oral Presentation Slides and Resumes); (2) Past Performance; (3) Cost Information. Although cost is less important than past performance, it is an important factor and should not be ignored. If at any stage in the negotiations, all Offerors are determined to have submitted equally technically acceptable proposals, price/cost could become the factor in determining which offeror shall receive the award. The Department of Defense Contract Security Classification Specification (DD Form 254), attached to the solicitation, itemizes the security classification requirements for this contract. The work to be performed under this contract requires a SECRET security level. The solicitation will be posted, no later than 05 September 2007 on NECO web site located at: www.neco.navy.mil and FEDBIZOPPS located at: http://www.fedbizopps.gov. The solicitation will not be mailed to offers. The offerors are responsible for downloading the solicitation off of the web site. This requirement is a follow-on solicitation to contract N00189-02-D-0037, awarded to AMSEC, LLC of Virginia Beach, VA. Any questions in regards to this synopsis may be directed to Darlene Tucker, Contract specialist at (757) 443-1335, Fax (757) 443-1337, or email: darlene.tucker@navy.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-AUG-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-NOV-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189-07-R-0028/listing.html)
 
Record
SN01447947-F 20071108/071106225024 (fbodaily.com)
 
Source
FedBizOpps 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.