MODIFICATION
20 -- USNS CHARLES DREW: Regular Schedule Overhaul/Dry-Docking - Synopsis J-14
- Notice Date
- 10/23/2017
- Notice Type
- Modification/Amendment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC Norfolk (N32205), Building SP-64, 471 East C Street, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N32205-18-R-4252
- Archive Date
- 3/30/2018
- Point of Contact
- Donnie S. Leger, Phone: (757) 443-5900, John Scott Harrison, Phone: (757) 443-5919
- E-Mail Address
-
donnie.leger@navy.mil, john.harrison@navy.mil
(donnie.leger@navy.mil, john.harrison@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- J-14 Non-disclosure agreement Military Sealift Command Synopsis 1. Action Code: Presolicitation 2. Date: 23 October 2017 3. Year: Fiscal Year 2018 4. Contracting Office Zip Code: 23511 5. Classification Code: J999 6. Contracting Office Address: 471 East C Street Norfolk, VA 23511 7. Subject: USNS CHARLES DREW (T-AKE 10) Regular Overhaul and Dry Docking 8. Proposed Solicitation Number: N32205-18-R-4252 9. Closing Response Date: TBD 10. Contact Point or Contracting Officer: Donnie Leger, donnie.leger@navy.mil, (757) 443-5900 11. Contract Award and Solicitation Number: Solicitation N32205-18-R-4252, Award N32205-18-C-4252 12. Contract Award Dollar Amount: TBD 13. Contract Line Item Number TBD 14. Contract Award Date: TBD 15. Contractor: TBD 16. Description: This is for the 47-day Regular Overhaul and Dry-Docking of the USNS CHARLES DREW (T-AKE 10) at the contractor's facility on the West Coast. The successful offeror must possess a Master Ship Repair Agreement (MSRA) or an Agreement for Boat Repair (ABR) or have submitted an application for approval prior to contract award. The Government will evaluate offers on a Low Price, Technically Acceptable (LPTA) basis in accordance with FAR 15.101-2. The technical factor and past performance factor will be evaluated on an acceptable/unacceptable basis. Technical tradeoffs will not be made and no additional credit will be given for exceeding the minimum requirements of the solicitation. Award will be made to the offeror with the lowest evaluated price proposal and acceptable past performance whose offer conforms fully to the solicitation requirements and meets the acceptability standards for all non-price factors. In order to be eligible for award, an offer must receive an acceptable rating in every non-price factor. Work Items and references will be provided to all offerors upon receipt of the required Non-disclosure Agreement after the Solicitation is issued. a. Unit of issue: N/A b. Destination information: Contractors Facility West Coast c. Delivery schedule: Period of Performance 47 days commencing on or about 28 March 2018. d. Procedures: N/A e. Anticipated Award Date: 10Feb 2018 f. The solicitation will be made available on www.fbo.gov on or about 07 Nov 2017 g. Set-aside Status: Full and Open
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f78419773de55abe37dc797846d8ae5b)
- Place of Performance
- Address: WEST COAST, United States
- Record
- SN04719819-W 20171025/171023230552-f78419773de55abe37dc797846d8ae5b (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 |