Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
MODIFICATION

20 -- General Ship Repair IDIQ (CA, and/or WA, and/or HI) - Solicitation 1

Notice Date
7/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC DC, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540, United States
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-14-R-7503
 
Response Due
8/28/2014 12:00:00 PM
 
Archive Date
9/12/2014
 
Point of Contact
Steven Galer, Phone: 202-685-5992, Elyssa J Parana, Phone: 202-685-5933
 
E-Mail Address
steven.galer@navy.mil, elyssa.parana@navy.mil
(steven.galer@navy.mil, elyssa.parana@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3, Pricing Sheet. Complete the pricing information for the relevant Lot(s) proposed. RFP N00033-14-R-7503 1. Action Code: Solicitation 2. Date: 28 July 2014 3. Year: Fiscal Year 2014 4. Contracting Office Zip Code: 20398-5540 5. Classification Code: 20 -- Ship and marine equipment 6. Contracting Office Address: 914 Charles Morris Ct. SE, Washington Navy Yard, DC, 20398-5540 7. Subject: General Ship Repair IDIQ (CA, and/or WA, and/or HI) 8. Proposed Solicitation Number: N00033-14-R-7503 9. Closing Response Date: No later than 12:00 pm local time, Washington DC on 28 August 2014. 10. Contact Point or Contracting Officer: Steven Galer, 202 685 5992, steven.galer@navy.mil 11. Contract Award and Solicitation Number: TBD 12. Contract Award Dollar Amount: TBD 13. Contract Line Item Number TBD 14. Contract Award Date: TBD 15. Contractor: TBD 16. Description: See attached RFP for details. This is a contract for ship repair. Contractor is required to provide an adequate marine repair facility and all labor and materials necessary for the repair of MSC vessels in the [San Diego, CA / Bremerton, WA /Oahu, HI area(s), as determined at time of award] during the term of this contract. This contract consists of a one (1) year base period and four (4) one year option periods, if exercised. MSC vessels will be berthed at Government provided piers. Contractor is required to have access to a marine repair facility for necessary shop repairs and testing. All work will be done in accordance with applicable United States Coast Guard (USCG) and American Bureau of Shipping (ABS) Regulations and Rules. 17. Place of Contract Performance: San Diego, CA area (Lot A) and/or Bremerton, WA area (Lot B) and/or Oahu, HI area (Lot C). Offerors will be able to propose on one or more of the lots. Note: Attachment 3, Pricing Sheet, will be utilized to determine the Lot(s) the offeror is proposing for. Offerors may propose on one or any combination of the Lots. 18. Set-aside Status: 100% small business set-aside in each lot.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N00033-14-R-7503/listing.html)
 
Place of Performance
Address: San Diego, CA area (Lot A) and/or Bremerton, WA area (Lot B) and/or Oahu, HI area (Lot C). Offerors will be able to propose on one or more of the lots., United States
 
Record
SN03439748-W 20140730/140728234612-707e636a3170d3aea8a741025f84a8f4 (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.