SOLICITATION NOTICE
58 -- Multifunction Modular Mast - Solicitation
- Notice Date
- 11/1/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- 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
- N00024-19-R-6269
- Archive Date
- 1/2/2019
- Point of Contact
- Troy J. McGowan, Phone: 2027814936, Simone Brightmon, Phone: 2027814188
- E-Mail Address
-
troy.mcgowan@navy.mil, simone.brightmon@navy.mil
(troy.mcgowan@navy.mil, simone.brightmon@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment JS-2 Past Performance Questionnaire Attachment JS-1 Interested Offeror Questions Form Attachment J-11 REPSHIP Form Attachment J-9 SOW Appendix F Attachment J-8 SOW Appendix A Attachment J-7 Terms of Use Agreement Attachment J-6 - DD 2794 Co-Plan for MMM - Development Attachment J-5 DD 2794 Co-Plan for MMM - Procurement Attachment J-4 DD Form 254 Attachment J-3 GFP Attachment J-2 GFI CDRLs RFP Document This notice posts the Naval Sea System Command (NAVSEA) Full and Open Competitive Solicitation (N00024-19-R-6269) for the AN/BSD-2 Multifunction Modular Mast (MMM) System. The AN/BSD-2 MMM consists of below deck and above deck components that provide antenna, sensor, and down-run equipment with Radio Frequency (RF) signal distribution capability within the communication bandwidth to support signal acquisition, direction finding, band selection, and calibration. The contract will include the production of MMM systems, and priced options for production systems, engineering services, and other direct costs (ODCs). Contract award is anticipated in Q3 Fiscal Year (FY) 2019. This acquisition will include base and option quantities for the AN/BSD-2 MMM for VA Class Block V New Construction (quantity of 10), Modernization units for VA Class Black I and II and SWF class (quantity of 11), and spares, as well as associated engineering services and data products. A contract will be awarded to the Offeror whose proposal represents the Best Value to the Government (FAR 15.101-1). The Best Value to the Government is that proposal which meets the requirements of this Solicitation and which is determined to be the most advantageous to the Government considering all factors. Production deliveries are anticipated to be FOB Origin. All responsible sources may submit a proposal, which shall be considered by the agency. The contractor must possess a facility security clearance issued by the Defense Security Service at the SECRET level at the time of award. Interest Offerors may submit written questions and comments (unclassified only) related to this Solicitation in accordance with the Offeror Question and Answer Sheet attached to this Solicitation notice. Information provided with each question should include the document name, document date, specific page, paragraph, clause or other definitive citation requiring clarification. No information contained in the answers to a bidder's questions shall supersede any information contained in the Solicitation (including amendments). T he deadline for receipt of questions is twenty (20) days after the Solicitation issue date. Any questions received after this date may not be answered prior to receipt of proposals. UNCLASSIFIED QUESTIONS Written unclassified questions related to this solicitation shall be submitted electronically as follows: TO: Troy McGowan - troy.mcgowan@navy.mil CC: Simone Brightmon - simone.brightmon@navy.mil SUBJECT LINE: Question (insert name of Offeror) Navy MMM System N00024-19-R-6269 It is the Government's intention to distribute unclassified responses to unclassified questions to all Offerors electronically under "Q&A Response Packages" via FEDBIZOPPS ( https://www.fbo.gov ). IMPORTANT INFORMATION FOR PROSPECTIVE OFFERORS: Registration in the System for Award Management (SAM) will be a prerequisite for receiving an award. SAM consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. For more information on registering with SAM, refer to the SAM website at https://www.sam.gov/portal/SAM/#1.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-19-R-6269/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN05140472-W 20181103/181101230727-49117a95c5529f8986b34a802c170096 (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 |