SOLICITATION NOTICE
J -- LCS OEM (RENK) EMERGENT REPAIRS
- Notice Date
- 12/20/2021 12:18:37 PM
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
- ZIP Code
- 92136-5205
- Solicitation Number
- N5523622R0003
- Response Due
- 1/3/2022 8:00:00 AM
- Archive Date
- 01/26/2022
- Point of Contact
- Sonsiree Lagunas, Phone: 6195569389, Roderick Q. Rioveros, Phone: 6195562309
- E-Mail Address
-
sonsiree.lagunas@navy.mil, roderick.rioveros@navy.mil
(sonsiree.lagunas@navy.mil, roderick.rioveros@navy.mil)
- Description
- The Southwest Regional Maintenance Center (SWRMC) Code 410B Procurement intends to award a sole source Indefinite Delivery, Indefinite Quantity (IDIQ) contract to RENK Systems Corporation the Original Equipment Manufacturer (OEM), for the global engineering and technical support of the Littoral Combat Ships (LCS), Freedom (LCS-1) and Independence (LCS-2) variant ship�s Combining Gears and Main Reduction Gears. The support is to include but not limited to CONUS and OCONUS engineering/technical assistance, emergent repairs, material, and training. Combining Gears and Main Reduction Gears are mission critical systems that are essential to the propulsion system of the LCS-1 Freedom and LCS-2 Independence variant ships. Without these systems operating properly, these ships will not be available for deployment. Therefore, a short notice available repair pipeline with complete ready-for-issue material is required to meet fleet requirements. The North American Industry Classification System (NAICS) Code is 336611 and the business size standard is 1,250 employees. The LCS-1 Freedom class vessels in the fleet has two (2) Combining Gears per vessel and the LCS-2 Independence class vessels in the fleet have four (4) Main Reduction Gears per vessel. Proper repair and maintenance of the Combining Gears and Main Reduction Gears are critical to the safe operation of the LCS Freedom and Independence class vessels. This requirement to procure OEM technical/engineering assistance, emergent repairs, material, and training of the Combining Gears and Main Reduction Gears are for the LCS Freedom and Independence class vessels relates to national defense, military mission readiness, and safety at sea. RENK Systems Corporation is the original designer, developer, and manufacturer of the Combining Gears and Main Reduction Gears on LCS Freedom and Independence class ships, and thus maintains the in-depth technical knowledge and detailed design and operation information, which includes drawings, procedures, specifications, and replacement parts required for repair, refurbishment, maintenance, and training on Combining Gears and Main Reduction Gears. Additionally, while the Navy currently possesses limited technical data necessary to perform basic repairs and maintenance, only RENK Systems Corporation, possesses the specialized expertise and complete technical data necessary to provide the full scope of repairs and training on the Combining Gears and Main Reduction Gears. Obtaining support directly from the OEM with access to its replacement components and parts on the Combining Gears and Main Reduction Gears is required for repair, refurbishment, and maintenance of the Combining Gears and Main Reduction Gears to allow for the continuation of the highest possible reliability and effectiveness. SWRMC intends to award this contract using Other Than Full and Open Competition under the authority of FAR 6.302-1 �Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements.� The synopsis serves as the pre-solicitation synopsis required by FAR 5.2 and the intent to sole source notice. The anticipated contract type is a single award Indefinite Delivery, Indefinite Quantity (SA-IDIQ) contract utilizing Firm-Fixed-Priced (FFP) delivery orders with cost reimbursable elements for other direct costs and travel with a period of performance to include five (5) 12-month ordering periods.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e613a8189af0490782aaeb55970482e8/view)
- Place of Performance
- Address: San Diego, CA 92136, USA
- Zip Code: 92136
- Country: USA
- Zip Code: 92136
- Record
- SN06201382-F 20211222/211220230111 (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 |