Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N50054-19-R-0001
The Mid-Atlantic Regional Maintenance Center (MARMC) of Norfolk, VA, intends to issue solicitation N50054-19-R-0001 for Marine Boatyard Services for Lot I & II small boats in which the contractor shal...
The Mid-Atlantic Regional Maintenance Center (MARMC) of Norfolk, VA, intends to issue solicitation N50054-19-R-0001 for Marine Boatyard Services for Lot I & II small boats in which the contractor shall furnish the necessary management, material support services, labor, supplies, and equipment deemed necessary to provide marine boatyard and industrial support which includes specific modifications, upgrades, service life extension and repairs to Non-Commissioned boats, craft, lighterage and service craft and their associated systems (i.e., hull, mechanical, electrical, and electronic systems; trailers; transporters; deployment systems; slings and hoisting systems; launch and retrieval systems, etc.) and periodic maintenance primarily in support of Hampton Roads area of Virginia (Norfolk, VA vicinity) boats, craft, lighterage, and service craft custodians. Lot I. Marine boatyard and industrial support for boats, craft, lighterage and service craft that can be transported via roadway by a trailer of some sort and are less than 15 meters or 50 feet in length as determined by the Navy hull designation, but if no Navy hull designation exists, then less than 50 feet overall length. Lot I can be worked in the contractor's boatyard or locally outside the contractor's boatyard. Exact dimensions of boats vary with specific function and mission. Lot II. Marine boatyard and industrial support for boats craft, lighterage and service craft that either: (1) cannot be transported via roadway or must be delivered on its bottom (via waterway), as defined by the delivery order, and are less than 15 meters or 50 feet in length as determined by the Navy hull designation, but if no Navy hull designations exists, less than 50 feet in overall length, or (2) are 15 meters or 50 feet in length or greater as determined by Navy hull designation, but if no Navy hull designation exists, then 50 feet or greater by length overall. Lot II can be worked in the contractor's boatyard or locally outside the contractor's boatyard. The possibility of performing efforts worldwide, although expected to be minimal, exists. Exact dimensions of boats vary with specific function and mission. Typical approximate dimension ranges for Beam and Height Above Baseline are as follows: The North American Industry Classification System (NAICS) code for this acquisition is 336611, Shipbuilding and Repair and the applicable size standard is 1,250 employees. The contract resulting from this instant acquisition is anticipated to be a Firm Fixed Price Multiple Award Indefinite Delivery Indefinite Quantity (MAC-IDIQ) contract, with competition among the awardees for individual delivery orders. Contract award will be made to the offeror(s) whose proposal(s) represent(s) the best value to the Government after evaluation in accordance with the factors in the solicitation. A Sources Sought Notice was posted to FEDBIZOPPS on 09 August 2017 referencing solicitation number N50054-17-R-0027. A Sources Sought Notice was also posted to FEDBIZOPPS on 9 August 2017 referencing solicitation number N50054-17-R-0028. Based on the results of the Sources Sought Notice and other market research conducted, the Government has determined that this requirement will be set aside 100% for Small Business. A DD-2579 documenting this decision has been approved by the Small Business Deputy. The contractor's inspection, period of performance, and place of performance will be noted in the solicitation. The contracts will contain a one-year base period and four (4) one-year option periods. The total anticipated contract period of performance is five (5) years. All options will be evaluated in accordance with FAR 17.206(a). A complete RFP package will be available by downloading the documents at FEDBIZOPPS at http://www.fedbizopps.gov no earlier than December 2018. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will NOT issue hard copy solicitations. By submitting an offer, the vendor 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 offer. By submission of an offer, 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. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements 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.