Option quantities:
Main Engine and Reduction Gear - 1 each
SSDG - 1 each
SSDG - 1 each
SSDG - 1 each
SSDG - 1 each
SSDG - 1 each
The government anticipates award of one firm fixed price type contract. The solicitation number for this requirement when issued will be N0025319R0009. Offers will be evaluated on the basis of the lowest priced, technically and past performance acceptable offer. The Defense Priorities and Allocations System (DPAS) rating for this requirement is DO-C9. The procurement is full and open competition. Applicable NAICS code for this requirement is 333618 and has a size standard of 1500 employees. Offers shall be FOB Destination pricing to NUWC Keyport, WA 98345-7610. Requirements and evaluation procedures will be listed in the solicitation, which is required to 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: [email protected].
Drawings referenced in the solicitation are restricted by the Arms Export Control Act and are ONLY 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. It is anticipated that the solicitation will be available for download on or around 7 January 2019. The closing date of the solicitation will be 6 February 2019, unless a different date is specified in the solicitation. The RFP will be posted and will be available for download at http://www.fbo.gov/. Offerors wishing to submit a proposal are responsible for downloading their own copy of the RFP from these websites and to frequently monitor the sites for any amendments to the RFP. A bidders list will not be maintained by this office, no telephone or fax requests for the RFP package will be accepted. Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of quotes may render vendor offer non-responsive and result in rejection of the same. Any questions must be submitted in writing via e-mail to Mr. Paul Berglund at [email protected].
Offerors must have current registration and completed representations and certifications in the System for Award Management (SAM).