Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2021 SAM #7095
MODIFICATION

J -- USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)

Notice Date
5/3/2021 12:06:46 PM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
 
ZIP Code
92136-5205
 
Solicitation Number
N55236-21-R-0010
 
Response Due
7/9/2021 10:00:00 AM
 
Archive Date
07/24/2021
 
Point of Contact
Cindy Wong, Phone: (619) 944-5495, Mercedes Cook, Phone: (619) 944-5397
 
E-Mail Address
cindy.wong@navy.mil, mercedes.e.cook@navy.mil
(cindy.wong@navy.mil, mercedes.e.cook@navy.mil)
 
Description
The Southwest Regional Maintenance Center (SWRMC) issues a solicitation for the execution of the USS CURTIS WILBUR (DDG-54) Dry-Docking Selected Restricted Availability (DSRA), planned for fiscal year 2022 (FY22), scheduled to begin August 2022 and end September 2023. Upon a contractor�s completion of this Chief of Naval Operations (CNO) Availability, the ship shall be capable of carrying out its respective mission with a reasonable expectation of maintaining a satisfactory condition of readiness until the next CNO-scheduled depot Availability. The Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy Marine Corps Acquisition Regulation Supplement (NMCARS) will guide the acquisition. The anticipated contract, like all other CNO-scheduled depot Availabilities, is a supply contract. The supply that would be procured is a repaired, mission-ready ship, which shall be returned to service with the Fleet. The anticipated scope of the procurement includes all labor, supervision, production, testing, and quality assurance necessary to prepare for and accomplish this CNO Availability. This CNO Availability is expected to require a highly capable contractor with substantial human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization. The Competition in Contracting Act (CICA) requires that full and open competition be used to the maximum extent practicable. 10 USC 7299a allows for the limitation of competition for �short term� Availabilities (10 months or less) to the homeport, provided there is adequate competition. Given that this Availability will be greater than 10 months in duration, the Navy would compete the acquisition on a coast�wide basis, without limiting the place of performance to the ship�s homeport. The solicitation is issued electronically via www.beta.sam.gov and interested parties must comply with that announcement. Interested offerors should monitor the beta.SAM.gov page for the release of the solicitation, and any applicable amendments. Offerors shall be registered in the System for Award Management (SAM) in order to participate in this procurement. SAM.gov is the single point of entry for posting of the synopsis and solicitations to the internet. All responsible sources may submit a proposal, which shall be considered by the agency. Offerors are advised the following J and S attachments will be posted on beta.SAM.gov with restricted access. In order to download the attachments, Offerors will need to request access via beta.SAM.gov: Attachment J-3 (Pricing Workbook) Attachment J-5 (Execution Milestones) Attachment J-10 (Compartment Closeout) The Work Specification Package (J-1) and References (J-2) will not be posted to beta.SAM.gov. Offerors must contact the POCs identified in the RFP to coordinate pickup of Work Specification (J-1) and References (J-2) CD. Verification of status as a Department of Defense Contractor may be required. Finally, all Erratas and additional references identified therein, will be transmitted via DoD Safe. Offerors must contact the POCs identified in the RFP to coordinate transmittal. The Government anticipates issuing a single award on or around 12 November 2021. Place of Performance: Contractor Facilities; West Coast, USA
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e343616b67554c91b349c06af2d5de7c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05989359-F 20210505/210503230112 (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 |
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.