SOLICITATION NOTICE
J -- Submarine Torpedo Intermediate Maintenance Activity (SUBTORPIMA) Yorktown, VA
- Notice Date
- 2/2/2022 12:04:38 PM
- Notice Type
- Presolicitation
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-22-R-6101
- Response Due
- 2/16/2022 2:00:00 PM
- Point of Contact
- Joann Vitek, Phone: 2027810123, Linda Payton, Phone: 2027812958
- E-Mail Address
-
joann.vitek@navy.mil, linda.payton@navy.mil
(joann.vitek@navy.mil, linda.payton@navy.mil)
- Description
- The Naval Sea Systems Command intends to issue a sole source solicitation numbered N00024-22-R-6101, for a Cost Plus Incentive Fee (CPIF) contract to procure maintenance services for submarine launched Heavy Weight Torpedoes (HWT) MK 48 MOD 6, MOD 6 Advanced Common Torpedo (ACOT), and MOD 7 Common Broadband Advanced Sonar System (CBASS) Warshot and Exercise variants.� Maintenance services will be performed at the Naval Submarine Torpedo Facility (NAVSUBTORPFAC) in Yorktown, VA.� The proposed contract will include approximately 70,088 man hours to operate the Progressive Depot Level Repair (PDLR) facility; conduct test equipment maintenance and repair; torpedo assembly and testing, provide engineering management services; and provide supply, Quality Assurance, and facility infrastructure support. The proposed procurement is a five (5) year Cost Plus Incentive Fee (CPIF) (inclusive of Cost only CLINs to support Other Direct Costs (ODCs) contract spanning between Fiscal Year (FY) 2023 and FY 2028.� The proposed contract is for the operation of the MK48 Heavyweight Torpedo IMA and PDLR facility at Yorktown, Virginia.� The contract will include staffing the IMA and PDLR facility and supply approximately 70,088 man-hours per year to operate the Progressive Depot Level Repair (PDLR) facility; conduct test equipment maintenance and repair; torpedo assembly and testing, provide engineering management services; and provide supply, Quality Assurance, and facility infrastructure support.� The contract will support maintenance actions on 350 MK48 MOD 6 (including MOD 6 ACOT) and MOD 7 CBASS exercise and warshot torpedoes per year.� The contractor will support approximately 29.2 equivalent maintenance actions per month.� The maintenance actions required are defined as exercise-to-exercise conversions, warshot-to-exercise conversions, exercise-to-warshot conversions, warshot inventory reliability evaluation preparations, warshot verifications, and backhaul (wet and dry) maintenance.� Torpedo maintenance also includes torpedo cosmetic repair and torpedo software changes.� Additionally, the contractor will be required to maintain the Technical Publication Library; conduct process control quality verification at the component and final assembly level; conduct operational and quality system audits and develop and analyze IMA metrics. The Yorktown IMA facility is Government owned property.� The building, handling equipment, individual parts, and tools necessary to complete Intermediate Maintenance (IM) are also Government owned. Companies� interest in subcontracting opportunities should contact Northrop Grumman Systems Corporation Yorktown directly.� This notice is for information purposes only. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.� Please see sources sought notice N00024-22-R-6101.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b18026030ed244f196961a2485ec1d08/view)
- Place of Performance
- Address: Yorktown, VA 23691, USA
- Zip Code: 23691
- Country: USA
- Zip Code: 23691
- Record
- SN06231113-F 20220204/220202230058 (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 |