SYNOPSIS AND PRESOLICITATION NOTICE FOR SUPPLIES AND COMPONENTS IN SUPPORT OF THE NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION AND THE US NAVY

Agency: DEPT OF DEFENSE
State: Florida
Level of Government: Federal
Category:
  • 99 - Miscellaneous
Opps ID: NBD00159970808975017
Posted Date: Mar 26, 2024
Due Date: Apr 10, 2024
Solicitation No: N61331-24-SN-Q21
Source: Members Only
Follow
SYNOPSIS AND PRESOLICITATION NOTICE FOR SUPPLIES AND COMPONENTS IN SUPPORT OF THE NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION AND THE US NAVY
Active
Contract Opportunity
Notice ID
N61331-24-SN-Q21
Related Notice
N61331-24-SN-Q04
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NAVAL SURFACE WARFARE CENTER
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 26, 2024 03:59 pm CDT
  • Original Response Date: Apr 10, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 25, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 9999 - MISCELLANEOUS ITEMS
  • NAICS Code:
    • 339999 - All Other Miscellaneous Manufacturing
  • Place of Performance:
    Panama City Beach , FL 32407
    USA
Description

The Naval Surface Warfare Center Panama City (NSWC PC) intends to issue a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide hardware, materials, and supplies to support compelling and emergent requirements. These supplies may include commercial-off-the-shelf (COTS) items as well as non-commercial original equipment manufacturer (OEM) specific items. These items will be in support of all programs supported by NSWC PCD and its Sponsors and Government Partners. This effort is a follow on contract, with the incumbent Contractors being:



N61331-19-D-0010 – BAH



N61331-19-D-0011 – L-3



N61331-19-D-0012 – ADS



The Government anticipates the award of a five year contract that includes a base year and four option years. These items will be in support of all programs supported by NSWC PCD and its Sponsors and Government Partners. Examples of these programs are:



Organic Airborne Mine Countermeasure (OAMCM)



Systems



Joint Expeditionary Command and Control (JEXC2)



Remote Mine Hunting Systems



H60 Integration



Unmanned Maritime Systems



Acoustics, Magnetics



Mine Warfare Programs



Electro-Optics, Signal Processing



Mission Module Integration



Dive and Life Support Systems



Fleet Introduction & Sustainment



Senor and Data Fusion



Landing Craft Air Cushioned (LCAC) Vehicles



Joint Expeditionary Command and Control (JEXC2) Systems



Ship To Shore Connector



Special Warfare and Seal Delivery Vehicles (SDV)



Expeditionary Warfare Programs



Navy Experimental Dive Unit (NEDU) Projects



Surface Mine Countermeasure Systems



Extreme Environments Systems



U.S. Marine Corp Systems



Littoral Combat Ship (LCS)



Maritime Special Programs



Bathymetry Mapping Systems



Irregular/Asymmetric Warfare





The following is a list of federal supply codes (FSC) of the type of equipment and supplies that will be acquired:



PSC



PRODUCT AND SERVICE CODE NAME



10 WEAPONS



11 NUCLEAR ORDNANCE



12 FIRE CONTROL EQPT.



13 AMMUNITION AND EXPLOSIVES



15 AIRCRAFT/AIRFRAME STRUCTURE COMPTS



15 AEROSPACE CRAFT AND STRUCTURAL COMPONENTS



16 AIRCRAFT COMPONENTS/ACCESSORIES



17 AEROSPACE CRAFT LAUNCHING, LANDING, GROUND HANDLING AND SERVICING EQUIPMENT



18 SPACE VEHICLES



19 SHIPS, SMALL CRAFT, PONTOON, DOCKS



20 SHIP AND MARINE EQUIPMENT



22 RAILWAY EQUIPMENT



23 MOTOR VEHICLES, CYCLES, TRAILERS



24 TRACTORS



26 TIRES AND TUBES



28 ENGINES AND TURBINES AND COMPONENT



29 ENGINE ACCESSORIES



30 MECHANICAL POWER TRANSMISSION EQPT



31 BEARINGS



34 METALWORKING MACHINERY



35 SERVICE AND TRADE EQPT



36 SPECIAL INDUSTRY MACHINERY



39 MATERIALS HANDLING EQPT



40 ROPE, CABLE, CHAIN, FITTINGS



42 FIRE/RESCUE/SAFETY; ENVIRO PROTECT



43 PUMPS AND COMPRESSORS



44 FURNACE/STEAM/DRYING; NUCL REACTOR



45 PLUMBING, HEATING, WASTE DISPOSAL



46 WATER PURIFICATION/SEWAGE TREATMENT



47 PIPE, TUBING, HOSE, AND FITTINGS



48 VALVES



49 MAINT/REPAIR SHOP EQPT



51 HAND TOOLS



52 MEASURING TOOLS



53 HARDWARE AND ABRASIVES



58 COMM/DETECT/COHERENT RADIATION



59 ELECTRICAL/ELECTRONIC EQPT COMPNTS



60 FIBER OPTIC



61 ELECTRIC WIRE, POWER DISTRIB EQPT



63 ALARM, SIGNAL, SECURITY DETECTION



66 INSTRUMENTS AND LABORATORY EQPT



67 PHOTOGRAPHIC EQPT



68 CHEMICALS AND CHEMICAL PRODUCTS



69 TRAINING AIDS AND DEVICES



7 IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS



70 ADP EQPT/SOFTWARE/SUPPLIES AND EQPT



70 INFORMATION TECHNOLOGY EQUIPMENT (INCLD FIRMWARE) SOFTWARE,SUPPLIES& SUPPORT EQUIPMENT



99 MISCELLANEOUS



Potential suppliers may be required to provide supplies from a number of systems or equipment and systems or equipment design information that are proprietary to the Original Equipment Manufacturers (OEM). The Contractor shall enter into subcontracts, Associate Contractor Agreements (ACA), or Non-Disclosure Agreements (NDA) with pertinent vendors as appropriate. These deliverables would be identified in each of the individual delivery orders. The following is provided as an example of the supplies and subsystems that may involve OEMs.



AN/AQS-20A Raytheon



AQS-14 and AQS-24 Northrup Grumman



Carriage Stream and Recovery System (CSTRS) EVC



Coastal Battlefield Reconnaissance and Analysis (COBRA) Arête’



AN/AQS 232 Airborne Mine Neutralization System (AMNS) Atlas North America



Radio requirements Harris Radios



ACAs or NDAs will be in Contractor format. The following is provided as a guide for the types of issues that should be addressed by the agreements:



(a) Identification of supplies and any licensing agreements for the Navy.



(b) Delivery requirements.



(c) Any NDAs required between the prime and the OEM.



This requirement is intended to be competed on a small business set-aside basis, and the Government reserves the right to further set-aside further socioeconomic groups based on the final list of IDIQs at the delivery order level.



NAICS: 339999



FSC Code: 9999



Size Standard: 550 Employees



Offerors wishing to provide responses/comments to this synopsis shall do so via email ONLY to stephen.t.fairbanks.civ@us.navy.mil no later than the closing date of this synopsis. The closing date of this synopsis is 10 April 2024.



Virtual Pre-Solicitation Posting Notice



A Pre-Solicitation Conference for this requirement, will be held via Microsoft Teams on 11 April 2024, from 0900 to 1000, Central Standard Time (CST). All interested Offerors shall submit their intent to participate with the company’s name, CAGE code, Business size and name of personnel/email address of who will be attending to Stephen Fairbanks stephen.t.fairbanks.civ@us.navy.mil , Contract Specialist, via e-mail at no later than 10 April 2024, 1600. CST.



The Department of Defense will no longer award contracts to contractors not registered in the System for Award Management (SAM) database. Registration may be accomplished by accessing the SAM website at http://www.sam.gov/.


Attachments/Links
Contact Information
Contracting Office Address
  • PANAMA CTY DIVISION 110 VERNON AVE
  • PANAMA CITY BEACH , FL 32407-7001
  • 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 >