SOLICITATION NOTICE
N -- SPECIAL WARFARE AND EXPEDITIONARY SYSTEMS DEPARTMENT ELECTRO-OPTIC/INFRARED SYSTEMS AND COUNTER-UNMANNED SYSTEMS (CUxS) SUPPORT
- Notice Date
- 12/2/2020 12:38:25 PM
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016421RJQ86
- Response Due
- 3/5/2020 8:59:00 AM
- Archive Date
- 04/20/2021
- Point of Contact
- Mitch Deyerling, Phone: 8128548038
- E-Mail Address
-
mitchell.deyerling@navy.mil
(mitchell.deyerling@navy.mil)
- Description
- N00164-21-R-JQ86 � SPECIAL WARFARE AND EXPEDITIONARY SYSTEMS DEPARTMENT ELECTRO-OPTIC/INFRARED SYSTEMS AND COUNTER-UNMANNED SYSTEMS (CUxS) SUPPORT � FSC/PSC N020 � NAICS 336611 Issue Date: 8 JAN 2021 � Closing Date: 5 MAR 2021 � Time 12:00 PM EDT Naval Surface Warfare Center (NSWC) Crane has a requirement for support of permanent and/or temporary Expeditionary technology systems, which include but are not limited to; EO/IR and CUxS system installations on US Navy platforms and facilities, US Coast Guard (USCG) platforms and facilities, US Allies Naval platforms and facilities, other US military affiliated platforms and facilities and US Government designated platforms and facilities. The EO/IR and CUxS system installations include but are not limited to; single sensor and multi-sensor integrated solutions onboard Material Sealift Command (MSC) Class ships, U.S. Navy (USN) Ships, USCG 64� and 33� Cutters, National Security Cutter, Polar Ice Breakers and various other customers and/or maritime and ashore platforms. The Navy intends to solicit and negotiate this contract as a total small business set-aside in accordance with Federal Acquisition Regulations (FAR) Subpart 19.5. The Government intends to award to the responsible Offeror whose offer constitutes the best value to the Government, considering technical, past performance, and price/cost related factors. Potential Offerors should be aware that this contract is anticipated to require open, constant, and clear communication with the Government. � The procurement will be a five-year, non-commercial Indefinite Delivery Indefinite Quantity (IDIQ) service contract with Firm Fixed Price and Cost Reimbursable line items.�� The installation services to be procured under this requirement shall be in accordance with the Statement of Work (SOW), drawings provided with each Task Order and Contract Data Requirements List (CDRLs). �Inspection and Acceptance will be performed by the Government. Services will be accepted by the Contracting Officer Representative at NSWC Crane.� The estimated contract minimum is $10,000 with a contract maximum ceiling amount estimated at approximately $48.5M.� The IDIQ Draft SOW is being provided as a controlled attachment to this synopsis.� The anticipated line item structure as well as ordering procedures to installation Task Orders is being provided as a controlled attachment to this synopsis. ��Contractors are requested to provide any comments/questions concerning the draft SOW, line items structure and/or ordering procedures prior to the issue date of the solicitation.� ��In order to receive the synopsis attachments, Contractors must be properly registered in the System for Award Management (betaSAM). Offerors may obtain information on betaSAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://beta.sam.gov. The technical data package may contain information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export controlled information. Additional information about JCP is available at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. Contract Opportunities on https://beta.sam.gov/ has officially replaced FBO.gov. IDIQ requirements are detailed in the attached SOW and the forthcoming solicitation N0016421RJQ86 to be posted on betaSAM on or about 8 January 2021.� Each Task Order requirement will include a more specific SOW, a ship specific drawing package (potentially draft drawings), Contract Data Requirements Lists (CDRL) requirements, and all pertinent details specific to that ship the installation(s) is(are) to be completed. � All solicitation changes that occur prior to the closing date will be posted to Contract Opportunities on https://beta.sam.gov/. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and / or award.� �The Government Point of contact is Mitchell Deyerling, Code 0231, e-mail mitchell.deyerling@navy.mil.� Please reference the above solicitation number in the subject line of e-mails and in ALL correspondence and communications related to this effort.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/518d8b39d06c41e5ad9c2aaea42f804a/view)
- Record
- SN05864626-F 20201204/201202230138 (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 |