Washington Bids > Bid Detail

Northwest Regional Maintenance Center (NWRMC) Indefinite Delivery Indefinite Quantity-Multiple Award Contracts (IDIQ-MACs) for Emergent Maintenance, Continuous Maintenance, and Short-Term Chief of Naval Operations (CNO) Availabilities on Surface Ships home

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159171403622547
Posted Date: Nov 17, 2022
Due Date: Jan 16, 2023
Solicitation No: N00024-23-R-4435
Source: https://sam.gov/opp/59149412fb...
Follow
Northwest Regional Maintenance Center (NWRMC) Indefinite Delivery Indefinite Quantity-Multiple Award Contracts (IDIQ-MACs) for Emergent Maintenance, Continuous Maintenance, and Short-Term Chief of Naval Operations (CNO) Availabilities on Surface Ships home
Active
Contract Opportunity
Notice ID
N00024-23-R-4435
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA HQ
Office
NAVSEA HQ
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 17, 2022 04:58 pm EST
  • Original Response Date: Jan 16, 2023 11:59 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J999 - NON-NUCLEAR SHIP REPAIR (WEST)
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Everett , WA 98201
    USA
Description

The Naval Sea Systems Command (NAVSEA) is issuing solicitation N00024-23-R-4435 for the award of the Northwest Regional Maintenance Center (NWRMC) Indefinite Delivery Indefinite Quantity-Multiple Award Contracts (IDIQ-MACs) for Emergent Maintenance (EM), Continuous Maintenance (CM), and short-term (10 months or less in duration) Chief of Naval Operations (CNO) scheduled availabilities. This solicitation is for the procurement of maintenance, repair and modernization of non-nuclear surface ships (including DDGs, CGs, LCSs, LPDs, LSDs, LHAs, LHDs, PCs, MCMs, and FFGs) and may result in multiple contracts. Each contract will include five (5) one-year ordering periods. This solicitation is for a Firm Fixed Price type, supply contract with incidental service elements. The supply being procured is the repaired, mission-ready vessel, which is returned to service within the Fleet.





The requirement includes docking and non-docking CNO scheduled availabilities less than 10 months in production duration, CM, and EM ship availabilities that may include work on shipboard critical systems on vessels homeported in or vesting Everett, WA.





The Availability requirements are structured into two categories: Critical and Non-Critical.






  • Critical (Lot 1) - EM/CM includes work on critical systems. Lot 1 also includes short-term CNO availabilities. Due to the nature of critical systems and the likelihood of urgent requirements with critical EM, the Government will require contractors with the capability and capacity to respond immediately to critical technical requirements. It is anticipated that this work would be available under full and open competition. However, if it is determined that two (2) or more small businesses are interested and capable of completing the scope of work under any given delivery order, contracting officers may use their discretion to restrict competition to small businesses.






  • Non-Critical (Lot 2) - - EM/CM does not include work on critical systems, but will include systems and equipment requiring work certification. The scope of non-critical contract actions is expected to require less contractor capabilities, both in human resources and facilities. This Lot will be a small business set aside. In the event that there is no interest expressed for any given delivery order, this work may be competed under Lot 1.





The solicitation will be issued electronically via System for Award Management (SAM) at http://sam.gov and interested parties must comply with that announcement. Interested offerors should monitor the SAM.gov page for any applicable amendments to this solicitation. Offerors must be registered in the System for Award Management (SAM) in order to participate in this procurement at https://www.sam.gov/portal/public/SAM/. All responsible sources may submit a proposal in response to the solicitation, which shall be considered by the agency. SAM.gov is the single point of entry for posting of the synopsis and solicitations to the internet.





This pre-solicitation notice is for information purposes only and shall not be construed as a commitment by the Government to solicit contractual offers or award of contracts. The Government is not soliciting, nor will it accept proposals as a result of this synopsis. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. The solicitation is forthcoming.


Attachments/Links
Contact Information
Contracting Office Address
  • 1333 ISAAC HULL AVE SE
  • WASHINGTON NAVY YARD , DC 20376-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 17, 2022 04:58 pm ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >