Search Contract Opportunities

ADC MK2   3

ID: N00253-20-R-0005 • Type: Presolicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Naval Undersea Warfare Center (NUWC) Division Keyport intends to solicit a follow-on contract to produce, test, associated program management, data management, systems engineering, non-recurring engineering (NRE), configuration management (CM), hardware reliability and maintainability, and integrated logistic support required to support fabrication of the Acoustic Device Countermeasure (ADC) MK 2 and ADC MK 2 training devices. The requirement will be for a capacity Indefinite-delivery/Indefinite-quantity (IDIQ), Firm Fixed Price (FFP) with a five year ordering period with a maximum contract amount of $47 million. The requirement will consist of an initial task order of eight (8) ADC MK2 MOD 6 FA, and eight (8) ADC MK2 MOD 7 FA and up to 3,010 ADC MK2 MOD 6, and 2,687 ADC MK2 MOD 7 and 16 ADC MK2 Training Devices for the life of the contract. Offers will be evaluated on the basis of best value to the Government. A trade-off analysis will be performed, taking into consideration technical capability, past performance, and cost/price.

The Government contemplates award of a Firm-Fixed-Price (FFP) contract, with Cost-Plus-Fixed-Fee (CPFF) and Cost Reimbursement line items for engineering services.

The Contractor shall provide all necessary facilities, resources and management required to build, fabricate, test, and deliver ADC MK 2 and ADC MK 2 training devices as specified in the Prime Item Performance Specification (PIPS) and as delineated in the SOW.

Portions of this requirement may contain Foreign Military Sales. Drawings Referenced in the forthcoming solicitation are restricted by the Arms Export Control Act and are ONLY available to vendor's/contractor's appointed data custodian that are registered with Defense Logistics Information Service (DLIS) Joint Certification Program (JCP). Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. Restricted Drawings and Technical Information will be are available through beta SAM as an attachment to this solicitation when it is released.

The solicitation will be available for download at https://www.beta.sam.gov/. Offerors wishing to submit an offer are responsible for downloading their own copy of the soliciation from the website and to frequently monitor the site for any amendments to the solicitation. A bidders list will not be maintained by this office. No telephone or fax requests for the solicitation package will be accepted. Failure to respond to the electronically posted solicitation and associated amendments prior to the date and time set for receipt of proposal may render a vendor's offer non-responsive and result in rejection of the same.

Provisions and clauses in effect through the latest Federal Acquisition Circulars will be included in the solicitation. Both Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulations Supplement (DFARS) can be found at https://www.acquisition.gov/ . Offerors are also advised that representations and certifications can be completed electronically via the System for Award Management (SAM) website at https://www.sam.gov/SAM/.

SPECIAL NOTICE: To view the drawings associated with the forthcoming solicitation, you must request access via betaSAM. This will send an automated email to the Contract Specialist/Purchasing Agent that you have requested to view the drawings. To ensure that your request can be approved, you must submit a completed DD Form 2345 via email to the Contract Specialist/Purchasing Agent listed as the point of contact for this solicitation. Note: Instructions for filling out a DD Form 2345 can be found here:

https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx.**

**Please ensure that the individual requesting access to controlled documents is the Registered Data Custodian on the completed DD Form 2345.

Based on the results of the Sources Sought published on March 26, 2020 entitled, ADC MK2_2020_MAR_13 on Beta.Sam and in concurrence with the NUWC Keyport Deputy of Small Business, this procurement is not a small business set-aside. The applicable North American Industry Classification System (NAICS) code is 334511, with a size standard of 1250 employees. Contractor representatives should refer to the Sources Sought notice for additional information regarding the procurement.

It is anticipated that solicitation N00253-20-R0005 will be available for download on approximately 30 October 2020, and will close approximately 45 days thereafter. The solicitation will be posted and will be available for download at https://beta.sam.gov . Offerors wishing to submit a proposal are responsible for downloading their own copy of the solicitation from this website and to frequently monitor the site for any amendments to the solicitation. A bidders list will not be maintained by this office, no telephone or fax requests for the solicitation package will be accepted.

Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.

Overview

Response Deadline
Oct. 30, 2020, 3:30 p.m. EDT Past Due
Posted
Oct. 14, 2020, 4:36 p.m. EDT
Set Aside
None
Place of Performance
Keyport, WA United States
Source

Current SBA Size Standard
1350 Employees
Pricing
Fixed Price; Cost Plus Fixed Fee;
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
77%
Vehicle Type
Indefinite Delivery Contract
On 10/14/20 Naval Undersea Warfare Center issued Presolicitation N00253-20-R-0005 for ADC MK2 due 10/30/20. The opportunity was issued full & open with NAICS 334511 and PSC 1045.
Primary Contact
Name
Erin Malinski   Profile
Phone
(360) 315-4762

Documents

Posted documents for Presolicitation N00253-20-R-0005

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation N00253-20-R-0005

Award Notifications

Agency published notification of awards for Presolicitation N00253-20-R-0005

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N00253-20-R-0005

Contract Awards

Prime contracts awarded through Presolicitation N00253-20-R-0005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N00253-20-R-0005

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N00253-20-R-0005

Experts for ADC MK2

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA WARFARE CENTER > NAVAL UNDERSEA WARFARE CENTER
FPDS Organization Code
1700-N00253
Source Organization Code
100076496
Last Updated
Nov. 14, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Nov. 14, 2020