Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 23, 2018 FBO #6209
MODIFICATION

19 -- Littoral Combat Ships (LCS) 6, 8, 10, 12, 14, 16, 18, and 20 Post Delivery Test and Trial (PDT&T) efforts

Notice Date
11/21/2018
 
Notice Type
Modification
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SEA 02 1333 Isaac Hull Avenue SE Washington Navy Yard DC 20376
 
ZIP Code
20376
 
Solicitation Number
N00024-14-R-2304
 
Response Due
12/7/2018
 
Point of Contact
Darrell Deitenbeck, contract specialist, Phone 2027812008, - John Sullivan, Contracting Officer, Phone 2027811899
 
E-Mail Address
darrell.deitenbeck@navy.mil, john.j.sullivan3@navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command (NAVSEA) intends to issue orders under a pre-existing Basic Ordering Agreement (BOA) numbered N00024-15-G-2304 with Austal USA, LLC (Austal), 1 Dunlap Drive, Mobile, Alabama 36602-8009, to obtain dry dock capability and Post Shakedown Availability (PSA) execution for Littoral Combat Ships (LCS) 16, 18, and 20. This is in addition to the previously required PSA planning efforts currently obtained under the BOA including advanced planning, engineering support, management efforts, on-site engineering liaison, ordering and processing of required material in support of PSA, and emergent repairs. A PSA encompasses the correction of Government responsible trial card deficiencies, completion of new work identified between ship custody transfer and the start of PSA, and the incorporation of approved engineering changes and other work items that were not incorporated prior to delivery of the ship to the Navy. The requirements include the manpower, support services, material, facilities inclusive of dry dock capability, and non-standard equipment (and associated technical data and documentation) required to accomplish work items, tests, and post repair sea trials encompassed by the PSA. The PSA execution period extends from ship delivery through the Obligation Work Limiting Date, when the ships are transferred to the Fleet. NAVSEA contemplates using other than full and open competition for these efforts pursuant to FAR 6.302-3 "Industrial Mobilization; Engineering, Developmental, or Research Capability; or Expert Services". As a result of production/craftsman, port loading, and dry dock capacity limitations in San Diego, CA, the Navy requires PSA execution and dry docking for LCS 16, 18, and 20 to be performed outside of the homeport locality. This will allow the Navy to maintain a proper balance of supply which will avoid schedule impacts to the LCS program as well as other shipbuilding programs that are being impacted by port loading constraints. Austal, as the LCS INDEPENDENCE variant shipbuilder, is the only source with the requisite knowledge of the Ship's delivered configuration, deferred work, and incomplete changes to be able to provide timely PSA execution during the Post Delivery period for LCS 16, 18 and 20. Austal is uniquely capable of establishing a subcontractor team to provide for dry docking and PSA execution on the west coast (outside of San Diego, CA) without severely impacting the Navy's schedule. T he proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. A determination by the Government not to solicit proposals from more than one source for performance of the contemplated contract actions based upon responses to this notice is solely within the discretion of the Government. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-14-R-2304/listing.html)
 
Place of Performance
Address: SEA 02 1333 Isaac Hull Avenue SE Washington Navy Yard, DC
Zip Code: 20376
Country: US
 
Record
SN05157791-F 20181123/181121230037 (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.