SOLICITATION NOTICE
14 -- Single Award Indefinite Delivery/Indefinite Quantity contract for Material and Ancillary Logistics Services for depot operation at Naval Weapon Station Yorktown Norfolk, Virginia
- Notice Date
- 9/9/2020 10:51:19 AM
- Notice Type
- Presolicitation
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
- ZIP Code
- 93043-5007
- Solicitation Number
- N6339420R0018
- Response Due
- 9/9/2020 10:00:00 AM
- Archive Date
- 09/24/2020
- Point of Contact
- Ted Reed
- E-Mail Address
-
ted.reed1@navy.mil
(ted.reed1@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a PRESOLICITATION NOTICE. This will be an electronic solicitation, which can be downloaded from beta.SAM.gov at https://www.beta.sam.gov. The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted. The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) intends to solicit and award a Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with the potential to place Firm-Fixed Price (FFP) and/or Cost-Plus-Fixed-Fee (CPFF) orders which for the procurement of material and ancillary logistics services for depot operation at Naval Weapon Station Yorktown (NWSY) Norfolk, Virginia. NWSY carries out engineering, technical, and logistics functions to conduct the In Service Engineering Agent (ISEA) mission. The logistics support associated with the depot operation includes procurement and delivery of material kits to support depot repairs, upgrades, and overhauls. The services include but are not limited to material kitting and logistical support. The products and services procured will include material and ancillary logistics support services for PEO IWS weapons programs, including MK57 NSSMS, MK23 TAS, and the MK31/MK49 Rolling Airframe Missile (RAM) Guided Missile Launching System. The proposed IDIQ contract will include a five-year ordering period in lieu of a base and option ordering periods. Individual orders will not be competed as this is a single award IDIQ contract. The delivery/performance schedule may vary depending on need, complexity of the project, and required deliverables. The estimated contract ceiling is around $65,000,000.00 with a minimum guarantee of $10,000.00. Individual orders are expected to range from a minimum of $20,000.00 to a maximum of $65,000,000.00. Each specific order shall be separately negotiated based on the effort involved. This requirement will be competed as a 100% small business set-aside in accordance with FAR 19.502-2 � Total Small Business Set Aside. This requirement includes both products/supplies and services; therefore, two different PSC�s were identified as appropriate: 1420 Guided Missile Components and _R425 Support-Professional. The applicable North American Industry Classification System (NAICS) code is 336419 � Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.beta.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f5f847cf078a481aa225b0013dea229e/view)
- Place of Performance
- Address: Yorktown, VA, USA
- Country: USA
- Country: USA
- Record
- SN05791563-F 20200911/200909230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |