SOLICITATION NOTICE
J -- Multiple Award Contracts - Indefinite Delivery Indefinite Quantity- (MAC-IDIQ) for Planned, Facilities, Emergent Maintenance, Continuous Maintenance, and CNO Availabilities on LCS Class Variant 1 Ships Homeported in Mayport, FL
- Notice Date
- 12/10/2015
- Notice Type
- Presolicitation
- 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
- N00024-16-R-4319
- Archive Date
- 1/8/2016
- Point of Contact
- Jane C. Thompson, Phone: 2027815325, Patricia L. Stephens, Phone: 2027813941
- E-Mail Address
-
jane.thompson1@navy.mil, patricia.l.stephens@navy.mil
(jane.thompson1@navy.mil, patricia.l.stephens@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- In accordance with FAR Part 5.201 and 5.204, the Naval Sea Systems Command (NAVSEA) intends to issue solicitation N00024-16-R-4319 and conduct a full and open competition for the award of Multiple Award Contracts -Indefinite Delivery Indefinite Quantity- (MAC-IDIQ's) for Littoral Combat Ships (LCS) Class Sustainment Execution Contract - East Coast (SEC East) for LCS 1 variant ships homeported in Mayport, Florida (LCS 9 and follow). The SEC East includes but is not limited to the following efforts: Planned Maintenance (PM)/Facility Maintenance (FM) /Corrosion Control CC - CONUS; Chief of Naval Operations (CNO) scheduled availabilities, Continuous Maintenance (CM) and Emergent Maintenance (EM) CONUS; and PM, FM, CC, CM & EM - OCONUS. NAVSEA intends to release solicitation N00024-16-R-4319 for LCS SEC-East that may result in multiple contracts. Each contract will include a base year and option periods. The MAC-IDIQ Construct will have a mixture of Firm Fixed Price (FFP) Contract Line Items (CLINs) and Cost Type CLINs. Contract award is projected to be made in the third quarter of calendar year 2016 and continue for a period of performance of five years: one year plus four one-year options. The solicitation will be issued electronically via Federal Business Opportunities (FBO) at http://fbo.gov and interested parties must comply with that announcement. Interested offerors should monitor the FBO page for the release of the solicitation, and any applicable amendments. Offerors must be registered in the System for Award Management (SAM) in order to participate in this procurement at https://www.sam.gov/portal/public/SAM/. FBO is the single point of entry for posting of the synopsis and solicitations to the internet. 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 of contracts. The Government is not soliciting, nor will it accept proposals as a result of this synopsis. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. All responsible sources may submit a proposal, which shall be considered by the agency. The solicitation is forthcoming.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-4319/listing.html)
- Place of Performance
- Address: CONUS - MAYPORT, FL, OCONUS - as directed, United States
- Record
- SN03966410-W 20151212/151210234449-b19d53d24dfbd4254bee207fb18a4075 (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 |