Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2011 FBO #3597
DOCUMENT

19 -- Mobile Landing Platform Core Capability Set Detail Design, Construction, Installation, and System Verification and Testing - Attachment

Notice Date
9/28/2011
 
Notice Type
Attachment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
Solicitation Number
N0002412R2235
 
Archive Date
9/28/2013
 
Point of Contact
Christopher Covalt 202-781-0000 Christopher Covalt at christopher.covalt@navy.mil
 
E-Mail Address
Martin
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command (NAVSEA) intends to issue an unrestricted competitive firm fixed price solicitation (N00024-12-R-2235) in the November 2011 timeframe for the detail design, construction, installation onto a Mobile Landing Platform (MLP) ship, system verification and testing of two Core Capability Sets (CCSs) with an option for a third. The CCS is designed in accordance with American Bureau of Shipping (ABS) Steel Vessel Rules and other regulatory body requirements and will provide facilities for transferring vehicles and cargo from Large, Medium-Speed, Roll-on/Roll-off (LMSR) ships to Landing Craft Air Cushion (LCAC). Interface with the LMSR to transfer vehicles and equipment is accomplished via a Vehicle Transfer Ramp (VTR) that connects the CCS Raised Vehicle Deck (RVD) to the LMSR side port platform. The RVD is comprised of seven major sections, each independently installed and supported on the mission deck of the MLP and will be provided with a Helicopter Landing Facility that meets the requirements of NVIC 9-81 and 46 CFR 108 for day and night helicopter operations. The MLPs and VTRs will be provided as government furnished property. The Contractor is required to provide a facility for berthing and husbanding each MLP Ship during each CCS installation, system verification and testing period. The MLP principal dimensions will be provided as the cover sheet to the DRAFT Specification for the CCS . This synopsis, any future synopses, the Request for Proposal (RFP) and any Amendments will be posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce Online (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. The DRAFT Specification for the CCS will be made available to potential Offerors via compact disk (CD). To obtain the DRAFT Specification for the CCS , potential Offerors must send an email to the Contracting Officer Mr. Christopher Covalt at christopher.covalt@navy.mil and Mr. Thomas Martin at thomas.r.martin@navy.mil with the subject CCS Specification Request Form . Provide a full name, e-mail address, company name, address, and phone number. Only one CD will be sent for each company. Potential Offerors interested in receiving the DRAFT Specification for the CCS must submit: (1) a copy of a valid DD Form 2345 (Military Critical Technical Data Agreement), signed by the US/Canada Joint Certification Office; and (2) a signed copy of the Use and Non-Disclosure Agreement attached to this synopsis. Instruction for obtaining a DD Form 2345 can be found at: http://www.dlis.dla.mil/JCP/documents.aspx Potential Offerors are advised that the data contained in the DRAFT Specification for the CCS contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C. Sec. 2751 et seq. or Executive Order 12470). Violators of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25. Potential Offerors interested in receiving the DRAFT Specification for the CCS must also include the following statement in their CCS specification request email: I acknowledge that the DRAFT Specification contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C. Sec. 2751 et seq. or Executive Order 12470) and that the CCS specification is authorized for use in proposal preparation and subsequent contract performance and shall not be disseminated without prior approval from the PCO. If your firm is interested in this planned procurement, it is advised that prior to the posting of the solicitation you and your potential subcontractors obtain the appropriateexport control authority or dissemination authorization to handle technical data whose export is restricted by the Arms Export Control Act. NAVSEA has no control over the timing, or granting of the DD Form 2345. The Government will accept comments and questions pertaining to the DRAFT Specification for the CCS . Potential Offerors may electronically submit written questions by sending the completed Bidder s Question Form attached to this synopsis to the Contracting Officer Mr. Christopher Covalt at christopher.covalt@navy.mil and Mr. Thomas Martin at thomas.r.martin@navy.mil with the subject CCS Bidders Questions . No comments, questions or inquiries shall be made of any Government person other than the points of contact listed above. Should there be a comment or question submitted that the potential Offeror believes addresses a subject that is specific to the company (and/or addresses anything that is believed to be proprietary in nature) then the inquiry shall be marked accordingly. If the Government concurs with this identification, the Government will respond only to that potential Offeror. If the Government does not concur with that identification, it shall inform the submitter and not provide any further response. All other publication of questions and answers in response to synopsis will be announced via FEDBIZOPPS/NECO. Publication of questions and answer will be for information only, and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. Any bidder s questions asked but not answered prior to the release of the official solicitation or not incorporated in the official solicitation should be submitted as a formal question to the official solicitation. The process and procedure for submitting questions will be contained within the official solicitation. The Government does not commit to provide a response to any comment or question. Any subsequent revision to the DRAFT Specification for the CCS based on comments or questions received remains solely at the Government s discretion. No information contained in the answers to bidder s question shall supersede any information contained in the final solicitation, if and when it is issued. This pre-solicitation synopsis is for information only, and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. If a solicitation is issued in the future, it will be announced via FEDBIZOPPS/NECO and interested parties must comply with that announcement. This is not a request for proposals, a promise to issue a request for proposals, or a promise by the Government to pay for information received in response to this synopsis or any subsequent synopses announcing the availability of draft specification for industry participation and feedback. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This information is subject to modification and in no way binds the Government to award a contract. CAUTION: The solicitation, if any, will be issued electronically as will any amendments thereto. Because of this the Government is under no obligation to maintain a bidder s mailing list. It is anticipated that a future competitive solicitation will include a clause enforcing the requirements of 10 U.S.C. 7309, which mandates that no major component of the hull or superstructure of any vessel constructed for the armed forces may be constructed in a foreign shipyard.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002412R2235/listing.html)
 
Document(s)
Attachment
 
File Name: N0002412R2235_Use_and_Non-Disclosure_Agreement.pdf (https://www.neco.navy.mil/synopsis_file/N0002412R2235_Use_and_Non-Disclosure_Agreement.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0002412R2235_Use_and_Non-Disclosure_Agreement.pdf

 
File Name: N0002412R2235_Bidders_Question_Form.doc (https://www.neco.navy.mil/synopsis_file/N0002412R2235_Bidders_Question_Form.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0002412R2235_Bidders_Question_Form.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02595668-W 20110930/110928235436-4b46c51bff005a9d10fb17e605a1487b (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.