Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2010 FBO #3259
SOLICITATION NOTICE

U -- MK 110 MOD 0 TRAINING COURSES; OPERATOR AND MAINTAINER COURSE FOR ORGANIZATIONAL (SHIP BOARD) LEVEL PERSONNEL

Notice Date
10/25/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N00174 NAVAL SURFACE WARFARE CENTER, MARYLAND 4072 North Jackson Road Suite 132 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
N0002407G5438FG5438003110
 
Response Due
11/9/2010
 
Archive Date
11/26/2010
 
Point of Contact
Tim Haynes 301-744-6644 Timothy J. Haynes
 
E-Mail Address
Surface
 
Small Business Set-Aside
N/A
 
Description
The NAICS Code is 541330. Under Basic Ordering Agreement (BOA) N00024-07-G-5438, Naval Surface Warfare Center, Indian Head Division (NSWC IHD), Indian Head, Maryland, intends to issue a Cost plus Fixed Fee Order on a sole source basis to BAE Systems Land & Armaments L.P., Armaments System Division, Louisville, KY 40214-2683. The contractor will deliver two (2) organization level (O-Level) Operator and Maintainer (O&M) familiarization courses to the U.S. Navy/U.S. Coast Guard ship crews, and/or USN/USCG uniformed or civilian personnel as identified by USCG Headquarters, PEO-IWS3C, and NSWC Louisville. This task shall include the option for a third course, if required. Each course will last five (5) weeks and will be attended by approximately twelve (12) individuals. The contractor will provide two (2) instructors for nine (9) hours per day, five (5) days per week. Training shall be sufficient to allow the trainee/student to operate and maintain (at the ship board level) a 57 mm L/70 MK 110 MOD 0 Gun Mount as installed on a USCG LEGEND Class National Security Cutter or LCS-1 (USS FREEDOM) or LCS-2 (USS INDEPENDENCE) type Littoral Combat Ship (LCS). The course will be conducted at a time mutually agreed to by BAE Systems, NSWC Louisville, and NSWC Dahlgren dependent upon range availability within the identified period of performance. Actual course dates are to be determined depending upon crew rotation and availability schedules and gun mount availability at PRTR Dahlgren or the OEM facility. There should be, at a minimum, two (2) training classes conducted in the 2011 calendar year time frame for the rotating crews of the LCS and WMSL class ships plus new crews for the same ship classes. BAE Systems Land & Armaments L.P., ASD, is the only known company with the requisite technical qualifications and facilities to conduct the classes in the required time frame. Any responsible source having the technical capabilities to meet the requirement described above may submit an offer, which will be considered, to Tim Haynes NSWC IHD, 4072 North Jackson Road, Suite 132, Building 1558, Indian Head, MD 20640-5115, or via email to Tim.Haynes@navy.mil. The offer must clearly show the firm ™s ability to be responsive without compromising the quality, accuracy, or reliability of the services. All responsible sources may submit an offer which shall be considered by the agency. This synopsis is for information purposes only. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0002407G5438FG5438003110/listing.html)
 
Record
SN02316618-W 20101027/101025234157-109f22c0f088207d505a877036fcf2d5 (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.