LCS Maneuvering Consultant Service - Great Lakes

Agency:
State: Wisconsin
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159830891504216
Posted Date: Mar 12, 2024
Due Date: Mar 26, 2024
Source: Members Only
Follow
LCS Maneuvering Consultant Service - Great Lakes
Active
Contract Opportunity
Notice ID
N0018924Q0135
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC NORFOLK
Office
NAVSUP FLT LOG CTR NORFOLK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 12, 2024 12:59 pm EDT
  • Original Published Date: Mar 12, 2024 12:52 pm EDT
  • Updated Date Offers Due: Mar 26, 2024 07:00 am EDT
  • Original Date Offers Due: Mar 26, 2024 07:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 10, 2024
  • Original Inactive Date: Apr 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: V228 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PORT OPERATIONS
  • NAICS Code:
    • 488330 - Navigational Services to Shipping
  • Place of Performance:
    Marinette , WI 54143
    USA
Description

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



In accordance with FAR 6.302-1, NAVSUP Fleet Logistics Center Norfolk Office intends to award a Sole Source Firm Fixed Price Contract. This notice of intent is not a request for proposals or quotations; however, any challenges to this sole source must be received in writing and sent to Michael Owen II (Michael.a.owen.civ@us.navy.mil) and Ricardo Lopez (ricardo.a.lopez38.civ@us.navy.mil) to be considered by the Government for the purpose of determining whether or not to compete the requirement. Challenges must include information sufficient to enable the Government to decide that an equivalent service exists which would meet the Governments needs as stated herein. A determination by the Government not to compete this proposed requirement based on responses to this notice is solely within the discretion of the Government.



The NAICS Code is 488330 Navigational Services to Shipping and the PCS Code is V228 Transportation: Port Operations. Small Business Standard is $47,000,000.00 or less.



The contractor shall provide technical support services to the U. S. Navy Freedom Class Littoral Combat Ship (LCS) Platform (3100 tons, LOA: 389 ft, Beam: 59 ft, Draft: 14 ft, Navigational Draft: 20 ft, Diesel/Gas Turbine Waterjet propulsion) while navigating from Marinette, WI through the Great Lakes and Saint Lawrence Seaway, to include all associated locks and canals. The scope of this PWS includes consulting services to support the safe navigation and maneuvering in close quarters situations for Littoral Combat Ships through all phases of the transit.



This contract will contain 3 Contract Line Items (CLINs): CLIN 0001 USS Nantucket, LCS 27 (Period of Performance 31 July – 17 August 2024); CLIN 0002 USS Beloit, LCS 29 (PoP 01 – 16 November 2024) and CLIN 0003 USS Cleveland, LCS 31 (PoP 01 – 16 May 2025). CLINS 0002 and 0003 will be option CLINs and are not guaranteed to be exercised.



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, 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.


Attachments/Links
Contact Information
Contracting Office Address
  • ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
  • NORFOLK , VA 23511-3392
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >