Inactive
Notice ID:N0025319Q0244
Naval Undersea Warfare Center Division, Keyport is issuing a combined synopsis/solicitation for the following commercial requirement in accordance with FAR Subpart 13.5, as supplemented with additiona...
Naval Undersea Warfare Center Division, Keyport is issuing a combined synopsis/solicitation for the following commercial requirement in accordance with FAR Subpart 13.5, as supplemented with additional information included in this notice: A Regular Overhaul (ROH) of its Yard Torpedo Test Craft 10 (YTT-10). The estimated period of performance is approximately 110 days. Vessel availability will be from the end of November 2019 to mid March 2020. This requirement includes eight (8) base requirements and eighteen (18) optional requirements. Solicitation N0025319Q0244 is issued as a Request for Quote (RFQ) with a closing date of 10:00am PST on 03 September 2019. The applicable NAICS code for this requirement is 336611, with a size standard of 1,250 employees. The Government anticipates award of one firm fixed price type contract. Offers will be evaluated on the basis of lowest priced, technical and past performance acceptability. The Defense Priorities and Allocations System (DPAS) rating for this requirement is DO-C9. The procurement will be solicited as full and open competition. Competition will be limited to vendors within 864 nautical miles via sea transit from Keyport, WA. Offers shall be priced FOB Origin, with transit to and from the vendor's facility the Government's responsibility. The applicable NAICS code for this requirement is 336611 with a size standard of 1,250 employees. Requirements and evaluation procedures are listed in the solicitation, which must be completely filled out and returned prior to the solicitation closing date and time. All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of the solicitation. Questions should be submitted via e-mail to: paul.b.berglund@navy.mil. Drawings referenced in the solicitation are restricted by the Arms Export Control Act and will ONLY be available to the vendor's appointed data custodian that is registered with Defense Logistics Information Services (DLIS) Joint Certification Program (JCP). Vendors that are not registered with DLS JCP can obtain registration information at www.dlis.dla.mil/jcp/. Restricted drawings and technical information will be made available through FedBizOpps at www.fbo.gov. The RFQ will be posted and available for download at http://www.fbo.gov/. Offerors wishing to submit a proposal will be responsible for downloading their own copy of the RFQ and for frequently monitoring the sites for any amendments to the RFQ. A bidders list will not be maintained by this office, and no telephone or fax requests for the RFP package will be accepted. Failure to respond to the electronically posted RFQ and associated amendments prior to the date and time set for receipt of quotes may render vendor offers non-responsive and result in rejection of the same. Offerors must have current registration and completed representations and certifications in the System for Award Management (SAM). BD