DOCUMENT
J -- Gun Weapon System Repair Program (GWSRP) Waterfront Support - Attachment
- Notice Date
- 10/19/2012
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- N00174 Naval Surface Warfare Center, Maryland 4072 North Jackson Road Suite 132 Indian Head, MD
- Solicitation Number
- N0017412R0043
- Response Due
- 11/5/2012
- Archive Date
- 11/5/2013
- Point of Contact
- Eddie Rogan 973-724-9277 Eddie Rogan
- E-Mail Address
-
.rogan@navy.mil<br
- Small Business Set-Aside
- N/A
- Description
- NSWC Indian Head requires labor, material, and services required to support the Gun Weapon System Repair Program (GWSRP) in removal, installation, refurbishment, Fleet Technical Assistance and Maintenance, and Modernization of various Gun Weapon System (GWS) Equipment, and Ancillary/Support Equipment under the cognizance of the GWSRP Program. Thus, the expected contract vehicle referenced under this synopsis shall be an Indefinite Delivery Indefinite Quantity (IDIQ) contract that will extend no longer than three years (36 months), if all options are exercised, from contract award. It will consist of one base year plus two option years. Task and delivery orders will be placed as both cost-plus-fixed-fee and firm-fixed-price, as appropriate. This requirement is considered full and open. The NAICS code is 811219. The Size Standard is $19M. The FSC code is J010. This synopsis is for non-commercial services. Proposals are being requested and the attached Data Requirements List and applicable instructions are included with this announcement. The upcoming solicitation number will be N00174-12-R-0043, and will be issued as a request for quotation (RFQ). The Contractor ™s support shall be in accordance with applicable Technical Repair Standards (TRS), Engineering Drawings and Standards, technical guidance and instruction identified at time of tasking to support specific Fleet Requirements. This will be coordinated by the GWSRP Program Manager (PM) or designee, and in their absence, the In-Service Engineering Agents (ISEA), Ship Support Activity (SSA) or Regional Maintenance Centers (RMC) acting on the behalf of GWSRP. The Government intends to make a single award resulting from the solicitation to the responsible offeror whose submissions, which comply with the instructions and conform to the solicitation, will be the most advantageous BEST VALUE to the Government. Best value will be determined based on an integrated assessment of the evaluation factors for award. The following factors shall be used to evaluate the offers: (a) technical capability of the items and services offered to meet the minimum needs of the Government based on examination of technical approach narrative, relevant corporate experience, equipment, and personnel resources; (b) Past Performance (see FAR 52.212-1(b)(10)); and (c) Cost. These factors are of equal importance. All non-priced factors, when combined, are approximately equal to Cost in importance. However, Cost becomes more of a deciding factor of importance when offerors receive similar ratings for the other factors. General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFQ ™s specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. Copies of solicitation N00174-12-R-0043 will NOT be emailed, faxed, mailed or provided in person. These types of requests WILL NOT BE ACKNOWLEDGED. This synopsis is being posted to both Federal Business Opportunities (FBO) page located at http://www.eps.gov and Navy Electronic Commerce On-Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses 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 Naval Sea Systems Command. NOTE: Offerors are ineligible for award unless registered in DOD ™s Central Contractor Registration Database which has now been integrated with the System for Award Management (SAM). Information regarding registration and annual confirmation requirements is available at 1-866-606-8220 and http://www.sam.gov. Any resultant contract will be DO Rated under the Defense Priorities and Allocations system (DPAS). The deadline to respond to this synopsis is 31 October 2012. The Contract Specialist must receive any and all questions concerning the RFP no later than 5 business days before the response date of this solicitation. No questions will be accepted after the close of the solicitation. Offers and inquiries may be submitted via electronic mail to edward.rogan@navy.mil or mailed to the attention of Eddie Rogan, Code A22P at NSWC Indian Head “ Picatinny Detach, Building 61, Code A22P, Picatinny Arsenal, NJ 07806-5000. It is the REGISTRANT ™S responsibility to periodically check the FedBizOpps or NECO.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017412R0043/listing.html)
- Document(s)
- Attachment
- File Name: N0017412R0043_SOW.doc (https://www.neco.navy.mil/synopsis_file/N0017412R0043_SOW.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N0017412R0043_SOW.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0017412R0043_SOW.doc (https://www.neco.navy.mil/synopsis_file/N0017412R0043_SOW.doc)
- Record
- SN02916891-W 20121021/121019234333-eda8df44e094e346b75b58ce593801c5 (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 |