Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
SOLICITATION NOTICE

J -- Multiple Award Contract (MAC)-Repair and Maintenance - Solicitation & Attachment(s) (J-1), (J-2) &(J-3)

Notice Date
12/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A-17-R-0010
 
Archive Date
2/10/2017
 
Point of Contact
Bart Franklin, Phone: 3604764572, Gary E. Binder, Phone: 3603402940
 
E-Mail Address
bart.franklin@navy.mil, gary.binder@navy.mil
(bart.franklin@navy.mil, gary.binder@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
MSRA/ABR MAC Repair Solicitation N4523A-17-R-0010 Price Breakdown Spreadsheet (J-3) MSRA~ABR MAC Request for Specification Clarification (J-2) MSRA~ABR MAC Notional Work Package (J-1) This solicitation was previously synopsized under synopsis N4523A-16-R-0025. The Northwest Regional Maintenance Center at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF), Bremerton, Washington anticipates awarding up to 10 competitive Firm-Fixed-Price (FFP), multiple award indefinite delivery, indefinite quality (IDIQ) contracts to accomplish maintenance and repair availabilities aboard U.S. Navy craft, vessels, surface ships, and submarines homeported or visiting the Northwest Regional Maintenance Center (NWRMC) area of responsibility. The trade skills necessary will include, but are not limited to welding, pipefitting, shipfitting, blasting, painting, sheet metal work, electrical/electronic alteration; pump/motor and mechanical repair, tank cleaning, rigging, and temporary scaffolding removal/installation. It is anticipated that the majority of work will be performed at the contractor's facility. Government provided facilities (if any) will be outlined in each delivery order at the following sites: Puget Sound Naval Shipyard piers, dry-docks, and/or Naval Station piers at Bremerton and Everett, Washington. The resulting multiple award IDIQ contracts will have a one-year base period, and four one-year option periods of performance (five years from the date of award). Each IDIQ contractor will be provided fair opportunity to be considered for every delivery order in accordance with FAR 16.505(b). Under this contract, each FFP delivery order will specify the requirement details including work specifications, period, and place of performance. The Government intends to award these FFP, multiple award IDIQ contracts to the responsible contractors on a best value source selection utilizing lowest price technically acceptable procedures in accordance with, but not limited to the Federal Acquisition Regulation (FAR) 15.101-2. The factors and associated sub-factors will be used to evaluate all offeror's Technical capability, Past Performance, and Price. Solicitation N4523A-17-R-0010 and subsequent amendments will be posted to this website (FedBizOpps.gov). Prospective Offeror's are responsible for downloading their own copy of the solicitation and for frequently monitoring the FebBizOpps website for solicitation amendments. The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at FebBizOpps on the interested vendor list under N4523A-17-R-0010. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. Offeror's must also be registered in the System for Award Management in order to participate in this procurement at http://www.sam.gov. All RFP questions shall be submitted in accordance with the solicitation, Section L, dates and procedures.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A-17-R-0010/listing.html)
 
Record
SN04352288-W 20161217/161215234018-f15451eed7958f5ed4bb4bb1697acd6e (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.