Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
SOLICITATION NOTICE

19 -- FY17/FY19 Landing Craft Air Cushion Service Life Extension Program - Attachment J-2d Exhibit B Index - Attachment J-4b GFP Performance 13-24 - Attachment J-2a CDRL Information - Attachment J-8 LCAC 87 Consolidated GFP List - Solicitation N0002418R2400 - Attachment J-3 Perf Miles Pay Sch - Attachment J-4c GFP Remarks Index - Attachment J-10 LCAC 50 Consolidated GFP List - Attachment J-4a GFP Performance 1-12 - Attachment J-1 TDP - Attachment J-2c CDRLs Exhibit A - Attachment J-7 LCAC 86 Consolidated GFP List - Attachment J-9 LCAC 77 Consolidated GFP List - Attachment J-2b Exhibit A Index - Attachment J-2e CDRLs Exhibit B - Attachment J-6 Preservation and Lay-Up

Notice Date
4/23/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N0002418R2400
 
Point of Contact
Brendan P. Byrne, Phone: 202-781-2835
 
E-Mail Address
Brendan.P.Byrne@navy.mil
(Brendan.P.Byrne@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment J-6 Preservation and Lay-Up Attachment J-2e CDRLs Exhibit B Attachment J-2b Exhibit A Index Attachment J-9 LCAC 77 Consolidated GFP List Attachment J-7 LCAC 86 Consolidated GFP List Attachment J-2c CDRLs Exhibit A Attachment J-1 TDP Attachment J-4a GFP Performance 1-12 Attachment J-10 LCAC 50 Consolidated GFP List Attachment J-4c GFP Remarks Index Attachment J-3 Perf Miles Pay Sch Solicitation N0002418R2400 Attachment J-8 LCAC 87 Consolidated GFP List Attachment J-2a CDRL Information Attachment J-4b GFP Performance 13-24 Attachment J-2d Exhibit B Index The Naval Sea Systems Command (NAVSEA) intends to issue a full and open competitive solicitation in the March 2018 timeframe for the Landing Craft, Air Cushion (LCAC) Service Life Extension Program (SLEP). The LCAC SLEP will extend the service life of the LCAC, sustain/enhance craft capability, replace obsolete electronics, repair corrosion damage, reduce life cycle cost by improving reliability and maintainability, increase survivability, and establish a common configuration baseline. One solicitation will be issued for performance of LCAC SLEP at the Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, VA at Assault Craft Unit 4 (ACU 4) or at the prospective Contractor's owned facility. The solicitation will cover four craft, LCAC 77, 86, 87, and 50 (FY17 or FY19 option). Delivery requirements will be approximately 15-18 months after the induction of each craft. The solicitation includes labor and material for growth work. LCAC SLEP is to be performed in accordance with the Government prepared Technical Data Package (TDP), which includes craft specific work items and all referenced drawings and test procedures. All responsible sources may submit a proposal for consideration should a solicitation be issued. Offerors are not restricted to Master Ship Repair Agreement holders or Agreement for Boat Repair holders. Special Notices, a draft Statement of Work (SOW) (N0002418SN014) and draft TDP (N0002418SN017), along with Questions and Answers to the Draft SOW and draft TDP, have been previously posted to FBO. The TDP previously provided to interested parties has been revised and will be released with the final solicitation. Interested parties who have previously received a TDP will be sent the revised TDP by overnight service no later than the next business day after the posting of the request for proposals (RFP). Interested parties who have not requested a copy of the TDP shall do so via email to Ms. Linda Squires at linda.squires@navy.mil and Mr. Brendan Byrne at brendan.p.byrne@navy.mil. It is recommended that potential Offerors submit the TDP request as soon as possible so as to not delay receipt of all the solicitation documents. A site visit was conducted in December 2017 as announced in Special Notice N0002418SN005. No site visits are planned for this pre-solicitation notice or any subsequent solicitation. Release of a draft RFP is not anticipated. Inquiries/questions concerning this announcement may be e-mailed to Ms. Linda C. Squires at linda.squires@navy.mil and Mr. Brendan Byrne at brendan.p.byrne@navy.mil. Any future synopses, the RFP and any Amendments will be posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. If a final solicitation is issued, interested parties must comply with those announcements. CAUTION: The final 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. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. There is no funding associated with this announcement. This pre-solicitation notice 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. This is not a RFP, 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 synopsis or special notice. The issuance this synopsis does not restrict the Government as to its ultimate acquisition strategy. This information is subject to modification and in no way binds the Government to award a contract. ADDITIONAL TEXT FOR SOLICITATION RELEASE The Naval Sea Systems Command (NAVSEA) is hereby issuing a full and open competitive Request for Proposal (RFP) for the Landing Craft, Air Cushion (LCAC) Service Life Extension Program (SLEP). The LCAC SLEP will extend the service life of the LCAC, sustain/enhance craft capability, replace obsolete electronics, repair corrosion damage, reduce life cycle cost by improving reliability and maintainability, increase survivability, and establish a common configuration baseline. NAVSEA intends this solicitation to result in one contract award for performance of LCAC SLEP at the Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach at Assault Craft Unit 4 (ACU 4) or at the prospective Contractor-Owned Facility. The RFP covers four craft, LCAC 77, 86, 87, and 50 (FY17 or FY19 option). Delivery requirements will be approximately 15-18 months after the induction of each craft. The RFP includes labor and material for growth work. LCAC SLEP is to be performed in accordance with the Government prepared Technical Data Package (TDP), which includes craft specific work items and all referenced drawings and test procedures. All responsible sources may submit a proposal for consideration. Offerors are not restricted to Master Ship Repair Agreement holders or Agreement for Boat Repair holders. Special Notices, a draft Statement of Work (SOW) (N0002418SN014) and draft TDP (N0002418SN017), along with Questions and Answers to the Draft SOW and draft TDP, have been previously posted to FBO. The TDP previously provided to interested parties has been revised. Interested parties who have previously received a TDP will be sent the revised TDP by overnight service no later than the next business day after the posting of the request for proposals (RFP). Interested parties who have not requested a copy of the TDP shall do so via email to Ms. Linda Squires at linda.squires@navy.mil and Mr. Brendan Byrne at brendan.p.byrne@navy.mil. It is recommended that potential Offerors submit the TDP request as soon as possible so as to not delay receipt of all the solicitation documents. This procurement is being solicited on an unrestricted basis and all responsible business concerns may respond to this solicitation; however, this procurement will include a cascading small business set aside provision and will convert to a 100% small business set aside should at least two responsible small business concerns respond, are deemed technically acceptable, and their prices are determined fair and reasonable. Offerors are advised that direct bid and proposal costs shall not be reimbursed. Inquiries/questions concerning this announcement may be e-mailed to Ms. Linda C. Squires at linda.squires@navy.mil and Mr. Brendan Byrne at brendan.p.byrne@navy.mil. Any future Amendments to this RFP will be posted as modifications to this post.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002418R2400/listing.html)
 
Record
SN04897766-W 20180425/180423230612-3342c5dc2b86d0a75e4088ab20f42e4c (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.