Inactive
Notice ID:N4215819R0005
This is a Synopsis announcement in accordance with FAR 5.202 in anticipation of a future contract award. The Contracting Department, Norfolk Naval Shipyard (NNSY), Portsmouth, VA intends to award a se...
This is a Synopsis announcement in accordance with FAR 5.202 in anticipation of a future contract award. The Contracting Department, Norfolk Naval Shipyard (NNSY), Portsmouth, VA intends to award a series of Sole-Source Cost Plus Fixed Fee (CPFF) contracts, with the potential for Firm Fixed Price (FFP) support if determined to be appropriate, utilizing procedures under Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation for maintenance services in support of the USS Harry S. Truman (CVN 75) Availability. The resulting contracts are intended to be awarded to Huntington Ingalls Incorporated – Newport News Shipbuilding (HII-NNS); 4101 Washington Avenue Newport News, VA 23607-2734; utilizing Other than Full and Open Competition (10 U.S.C. 2304(c)(1)), as implemented by FAR 6.302-1. This requirement includes contractor support for advanced planning, planning, and execution of required work. In order to provide the required support, three (3) sequential predominately CPFF Level of Effort (LOE) contracts for advance planning, planning, and execution are intended to be issued. The proposed actions will encompass initial screening of work candidates, material procurement, prefabrication, manpower analysis, administrative support services, design integration, engineering, management support, and technical data required to prepare for and accomplish the work during the availability execution. Following advanced planning and planning support, the contractor will be required to accomplish the execution of the assigned work. The anticipated period of performance for the combined advanced planning, planning, and execution support services is 1 June 2019 to 30 November 2020. The anticipated dates for contract award is on or about 30 May 2019 for advance planning, 31 July 2019 for planning, and 10 April 2020 for execution. The scope of the anticipated contracted work for the availability includes specialized and complex equipment and spaces, which require certifications, qualifications, and expertise that only HII-NNS is capable of providing. As a result, the unique expertise of HII-NNS as the nation’s only builder of specialized aircraft carriers is required to perform the specific scope of work required by this acquisition. Complete Request for Proposal (RFP) packages will be available on or about Advance Planning on 28 May 2019, Planning 07 June 2019, and Execution 12 August 2019 for downloading at FEDBIZOPPS (http://www.fedbizopps.gov). A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The planned RFP numbers are N4215819R0005, N42158XXRXXXX, and N42158XXRXXXX. The North American Industry Classification System (NAICS) code for this acquisition is 336611, Ship Building and Repairing, with a size standard of 1,250 (number of employees). Potential contractors are hereby notified that the solicitations and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will no longer issue hard copy solicitations. By submitting an offer, the contractor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal(s), the contractor acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.sam.gov. Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis.