Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOLICITATION NOTICE

J -- USS MITSCHER (DDG 57) FY22 DSRA

Notice Date
2/22/2021 9:13:42 AM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-21-R-4476
 
Response Due
3/29/2021 9:00:00 AM
 
Archive Date
04/13/2021
 
Point of Contact
Danielle Bences, Susan Ferralli
 
E-Mail Address
danielle.bences@navy.mil, Susan.Ferralli@navy.mil
(danielle.bences@navy.mil, Susan.Ferralli@navy.mil)
 
Description
22 February 2021 - post updated with Amendment 0001 and bidder questions and answers. A revised J-3 and 4720 GFM Summary Material List are available by written request to�Susan Ferralli, at Susan.Ferralli@navy.mil, and Danielle Bences at Danielle.Bences@navy.mil. ------------------------------------------------------------------------------ USS MITSCHER (DDG 57) FY22 DSRA The Naval Sea Systems Command (NAVSEA) issues solicitation N00024-21-R-4476 for the execution of the USS MITSCHER (DDG 57) FY22 DSRA. This availability includes a combination of maintenance, modernization, and repair, and will require highly capable contractors with substantial facilities, to include capable pier (for the applicable ship class) as well as human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair and modernization. This availability is competed on a coast-wide basis. Based on the complexity, magnitude and duration of the requirement, the Government's market research indicates there are not two or more small business concerns capable of competing for these requirements and therefore this procurement will not be set-aside for small business (FAR 19.502-2(b)). The solicitation is issued electronically via beta.SAM.gov and interested parties must comply with that announcement. Interested offerors should monitor the beta.SAM.gov page for the release of the solicitation, and any applicable amendments. Offerors must be registered in the System for Award Management (SAM) in order to participate in this procurement at https://www.sam.gov. SAM.gov is the single point of entry for posting of the synopsis and solicitations to the internet. All responsible sources may submit a proposal, which shall be considered by the agency. Offerors are to note the work package and all J and S attachments will not be posted to beta.SAM.gov: ����������� Attachment S-1���������������������� RESERVED Attachment S-2���������������������� RESERVED Attachment S-3���������������������� Pre-Proposal Information (PPI) Form Attachment S-4���������������������� RESERVED Attachment S-5���������������������� Eligibility Criteria Data Sheet Attachment S-6���������������������� RESERVED Attachment S-7���������������������� Proposal Assessment Attachment S-8���������������������� RESERVED Attachment S-9���������� ����������� RESERVED Attachment J-1����������������������� Specification Package TPPCDDG57MARMCN22CN01 Attachment J-2����������������������� Work Item Plans, Drawings and Other References Attachment J-3����������������������� Execution Milestones and Key Event Dates Attachment J-4����������������������� Pricing Workbook Attachment J-5����������������������� Quality Assurance Surveillance Plan Attachment J-6����������������������� Subcontracting Plan (to be incorporated upon award) Attachment J-7 ���������������������� Schedule Model Review Attachment J-8����������������������� Government Furnished Material (GFM) List Attachment J-9����������������������� Compartment Closeout List (NSI 009-81) Attachment J-10��������� ����������� 20% Open and Inspect Reports Due � Exhibit A Contract Data Requirements List (CDRL) (DD Form 1423) A001-A003; A005-A009; A011; A014; A016; A017 Exhibit B Contract Data Requirements List (CDRL) (DD Form 1423) B001-B009 Exhibit C Contract Data Requirements List (CDRL) (DD Form 1423) C001-C002 These documents are available by written request to Susan Ferralli, at Susan.Ferralli@navy.mil, and Danielle Bences at Danielle.Bences@navy.mil. Those companies who wish to receive the Government Furnished Information (GFI) relevant to N00024-21-R-4476 are to submit a signed statement on company letterhead that states your company is a United States Department of Defense Contractor to Susan Ferralli, at Susan.Ferralli@navy.mil, and Danielle Bences at Danielle.Bences@navy.mil. �This statement will be verified in System for Award Management located at (https://www.sam.gov/SAM/). The Government anticipates making a single award on or around July 2021. The availability start date is anticipated to be November 2021. Place of Performance: Contractor Facilities; East Coast, USA
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6fb5015e911045ffa5eba76d6f39a1fc/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05922709-F 20210224/210222230106 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.