Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2013 FBO #4100
DOCUMENT

14 -- FY13-17 MK 41 Vertical Launch System (VLS) Launcher Production Mechanical and Electronic Contract(s) for launchers and ancillary hardware for US Navy, AEGIS Ashore and Allied Navy requirements. - Attachment

Notice Date
2/12/2013
 
Notice Type
Attachment
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
N00024 Naval Sea Systems Command, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
Solicitation Number
N0002413R5332
 
Response Due
2/27/2013
 
Archive Date
3/14/2013
 
Point of Contact
David Lubrano 202-781-1897 Edgar Lee, 202-781-3980; Giancarlo Dumenigo, 202-781-3495.
 
E-Mail Address
david.lubrano@navy.mil
(david.lubrano@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FedBizOpps) page located at http://www.fbo.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 synopses and solicitations to the internet, NECO is the alternative in cases when FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. Interested offerors should monitor both the FBO and the NECO site for the release of the solicitation. Hard copies of the solicitation will not be provided or mailed. Since this solicitation, and any applicable amendments, will be issued electronically, the Government is under no obligation to maintain a bidder ™s mailing list. Disclaimer: 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. The Government will not reimburse the cost of any submission in response to this announcement -- the entire cost of any submission will be at the sole expense of the source submitting the information. If a solicitation is issued in the future, it will be announced via FedBizOpps/NECO and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. The Naval Sea Systems Command (NAVSEA) intends to issue a single solicitation in March 2013 for the MK 41 Vertical Launch System (VLS) Launcher Production Contract for (FY13-17) launchers, ancillary hardware, and associated support equipment in support of US Navy, AEGIS Ashore, and Allied Navy requirements. This solicitation will encompass separate mechanical and electronic MK 41 VLS requirements. The Government may award separate contracts for the mechanical and electronic requirements from this one solicitation or the Government may award a single contract for both the mechanical and electronic requirements. The MK 41 Vertical Launching System (VLS) is installed onboard United States Navy (USN) surface combatants (CG 47 and DDG 51 Class ships) and multiple allied Navy platforms. MK 41 VLS stores, selects, prepares for launch, and launches STANDARD Missile, TOMAHAWK, Vertical Launch Anti-Submarine Rocket (ASROC), and Evolved SEASPARROW missiles. USN DDG 51 Class launchers consist of 12 modules composed of eight cells each. Allied Navy MK 41 VLS launchers typically consist of fewer modules with eight cells each. The FY13-17 requirements consist of up to 120 modules (10 USN DDG 51 Class shipsets), 3 AEGIS Ashore modules, up to 48 Allied Navy modules, and VLS upgrade kits and spares for Aegis Modernization (AMOD) and DDG modernization programs. The FY13 - FY17 DDG 51 Class module production requirements are planned to be procured via multi-year contracting concurrently with the FY14 AEGIS Ashore and Allied Navy requirements under the mechanical and electronic Firm Fixed Price contracts. The AMOD Mod kit requirements, starting in FY14, will be via annual contracting with base plus option requirements procured under the mechanical and electronic contracts. The requirements under this possible effort are build-to-print and include, but are not limited to, design, fabrication and/or procurement and assembly of all special tooling and test equipment required to manufacture, assemble, and test MK 41 VLS Launchers, ancillary hardware, and associated support equipment. If separate contracts are awarded, the mechanical contractor will be required to procure all mechanical requirements outlined in the solicitation and deliver them to the electronic contractor as GFE after Government acceptance. NAVSEA will provide proprietary electronics as GFE to the electronic contractor. The electronic contractor will be required to procure all electronic requirements outlined in the solicitation and integrate these electronics with all GFE. Award of the mechanical and electronic requirements will be determined by Lowest Price Technically Acceptable criteria under full and open competition as outlined in the solicitation. Offerors may propose on either the mechanical or electronic requirements or both. If an Offeror elects to propose for both efforts, two individual and separate proposals must be submitted for each of the mechanical and electronic requirements; the Government will not accept a combined mechanical/electronic requirement proposal. NAVSEA may award one Firm Fixed Price contract for mechanical requirements and a separate Firm Fixed Price contract for electronic requirements, or one Firm Fixed Price contract for both the mechanical and electronic requirements. Offerors who propose for both efforts may be awarded either the mechanical or the electronic requirements, or both in the event that each individual offer is selected under the source selection criteria. ƒ For example: Scenario 1: Offerors MechanicalElectronic A $10 $15 B $12 - C - $14 D $15 $22 Award Offeror AOfferor C Under this scenario, assuming all offerors are technically acceptable, mechanical requirements would be awarded to Offeror A and electronic requirements would be awarded to Offeror C. Scenario 2: Offerors MechanicalElectronic A $10 $15 B $12 - C - $14 D $9 $11 Award Offeror DOfferor D Under this scenario, assuming all offerors are technically acceptable, mechanical and electronic requirements would be awarded to Offeror D under one contract. Note that in the event that one offeror is selected for both the mechanical and electronic requirements, the mechanical requirements will be Contractor Furnished Equipment vice Government Furnished Equipment. NAVSEA intends to fully fund all base requirements in FY14 at the time of award. Base contract requirements may include 108 USN DDG 51 Class modules, 3 AEGIS Ashore modules and 2 DDG AMOD kits. The anticipated contract period of performance for this requirement will be from the date of contract award, approximately March 2014, through approximately August 2020 (or upon delivery of all hardware). IMPORTANT: To be considered for contract award, all offerors must be a United States (US) company or an independent US subsidiary. However, subject to the applicable laws, regulations, and the terms of the solicitation, foreign contractors may act as subcontractors to U.S. prime contractors. The export of defense articles, defense services, and related technical data is subject to the Arms Export Control Act and the International Traffic in Arms Regulations. Potential offerors are advised that the solicitation attachments contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S.C., App. 2401 et seq. Violations of these export laws are subject to severe criminal penalties. Dissemination of the technical data shall be in accordance with provisions of DoD Directive 5230.25. This technical data will be supplied on a CD/DVD which will be mailed separately upon request per the instructions in the NDA attached to this synopsis. Only one copy of the controlled unclassified information CD/DVD will be distributed per interested company. Potential offerors interested in receiving the export controlled technical data will be required to submit a copy of a valid DD Form 2345 (Military Critical Technical Data Agreement), signed by the US/Canada Joint Certification Office. Instruction for obtaining a DD Form 2345 can be found at: http://www.dlis.dla.mil/JCP/documents.aspx. If a firm is interested in this planned procurement, it is advised that prior to the posting of the solicitation, contractors and potential subcontractors obtain the appropriate export 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. Interested parties are encouraged to request the Technical Data Package (TDP) immediately following posting of this synopsis. Interested parties will be required to sign the attached Non Disclosure Agreement (NDA) before the TDP can be released. Upon review of the above synopsis, signed NDAs for the subject TDP, as well as any questions or comments should be submitted in writing to Mr. David Lubrano, Contracting Officer, at david.lubrano@navy.mil and Mr. Edgar Lee, Contract Specialist, at edgar.lee@navy.mil no later than 27 February 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002413R5332/listing.html)
 
Document(s)
Attachment
 
File Name: N0002413R5332_N00024-13-R-5332_-_FY13-17_MK_41_VLS_TDP_NDA.docx (https://www.neco.navy.mil/synopsis_file/N0002413R5332_N00024-13-R-5332_-_FY13-17_MK_41_VLS_TDP_NDA.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0002413R5332_N00024-13-R-5332_-_FY13-17_MK_41_VLS_TDP_NDA.docx

 
File Name: N0002413R5332_N00024-13-R-5332_-_FY13-17_MK_41_VLS_Synopsis.docx (https://www.neco.navy.mil/synopsis_file/N0002413R5332_N00024-13-R-5332_-_FY13-17_MK_41_VLS_Synopsis.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0002413R5332_N00024-13-R-5332_-_FY13-17_MK_41_VLS_Synopsis.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02985878-W 20130214/130212234755-067b495dcb5d9d9a229fb22a2b67ff2e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.