Search Contract Opportunities

Fiscal Year 21-24 Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP)   3

Type: Solicitation • ID: N00024-20-R-2427

Description

Posted: March 4, 2021, 5:26 p.m. EST

The Naval Sea Systems Command (NAVSEA) is hereby issuing a full and open competitive Request for Proposal (RFP) for the Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP).

The LCAC E-SLEP availabilities will extend the craft service life by accomplishing the repair and installation of hull structures, machinery, electrical systems, electronics, and piping systems. Integration of Government Furnished Property (GFP) (e.g. LCAC unique cable and the Command, Control, Communications, Computers & Navigation (C4N) suite) into the craft utilizing a build-to-print Technical Data Package (TDP) will also be required. One solicitation will be issued for performance of LCAC E-SLEP availabilities at Assault Craft Unit FIVE (ACU 5) Camp Pendleton, Oceanside, CA.

The solicitation will consist of up to 18 craft availabilities: LCAC 45 (Base); LCACs 40, 31 and 48 (Options); and up to fourteen yet to be determined craft (Options). Delivery requirements will be 16-20 months after the induction of each craft. The solicitation includes labor and material for growth work. LCAC E-SLEP is to be performed in accordance with the Government prepared TDP, which includes craft specific work items and all referenced drawings and test procedures. All responsible sources may submit a proposal for consideration. Offerors are not restricted to Master Ship Repair Agreement holders or Agreement for Boat Repair holders.

This procurement is being solicited on an unrestricted basis and all responsible business concerns may respond to this solicitation; however, this procurement will include a cascading small business set aside provision and will convert to a 100% small business set aside should at least two responsible small business concerns respond, are deemed technically acceptable, and their prices are determined fair and reasonable. Offerors are advised that direct bid and proposal costs shall not be reimbursed.

Special Notice (N0002420SN07), along with subsequent Questions and Answers, and a synopsis (N00024-20-R-2427) were previously posted to the beta.sam.gov website. No site visits are planned for this solicitation.

The TDP will be made available to the Offerors via the Integrated Data Environment (IDE) website. Any errata or addendums to the TDP will be provided via amendment(s) to the solicitation and will also posted on the IDE. The TDP, including errata or addendums will not be provided via any other means.

Department of Defense (DoD) Public Key Infrastructure (PKI) authentication is required for access to the IDE. The Contractor can obtain DoD PKI certificates from an External Certification Authority (ECA). Information on DoD PKI certificates and purchase costs can be obtained from the following website:

https://public.cyber.mil/eca/

(Note: DoD PKI certificates obtained for access to another Navy/DoD private website are applicable to IDE.)

For information on how to request an IDE account to access the LCAC E-SLEP TDP, please send an email with the subject: LCAC E-SLEP IDE Registration Form Request to Mr. Pierce Schreiber at pierce.schreiber1@navy.mil or Mr. Mike Hammersley at james.hammersley@navy.mil. Any other inquiries sent to this email address will not receive a response.

In order to access the IDE files related to this solicitation, potential Offerors must have an IDE account and send a specific email request to Ms. Linda Squires at linda.squires@navy.mil with the subject line N00024-20-R-2427 IDE TDP ACCESS REQUEST . The responsible individual's full name, e-mail address, company name, mailing address, and phone number must be included. Offerors interested in receiving the TDP must also include the following statement in their email requesting the TDP: I acknowledge that the LCAC E-SLEP Technical Data Package (TDP) is authorized for use in proposal preparation and subsequent contract performance and shall not be disseminated beyond current or planned subcontractors without prior approval from PMS377. I will observe the distribution, export-control, and destruction requirements listed on the TDP.

The TDP will be available to be accessed via the IDE for those Offerors who have established an IDE account as described above and have specifically requested access to the TDP.

Inquiries/questions concerning this announcement may be e-mailed to Ms. Linda C. Squires at linda.squires@navy.mil and Mr. Mike Hammersley @ james.hammersley@navy.mil. Any future RFP amendments will be posted to the beta.sam.gov website.

CAUTION: The final solicitation, as well as any amendments there, to will be issued electronically. Because of this, the Government is under no obligation to maintain an Offerors mailing list.

The Government will not reimburse respondents for any questions submitted or information provided as a result of this solicitation as well as costs required to obtain a DoD PKI certificate. There is no funding associated with this announcement.

This RFP is not to be construed as a contract, a promise to contract, or as a commitment of any kind.

Amendment 0001 to RFP N00024-20-R-2427 is hereby released and attached. The date and time for receipt of proposals is not extended.

Amendment 0002 to RFP N00024-20-R-2427 is hereby released and attached. The date and time for receipt of proposals is hereby extended to 21 July 2020, 2:00 PM (Local time).

Amendment 0003 to RFP N00024-20-R-2427 is hereby released and attached. The date and time for receipt of proposals is not extended.

Posted: July 15, 2020, 4:46 p.m. EDT
Posted: July 13, 2020, 6:55 p.m. EDT
Posted: July 2, 2020, 12:03 p.m. EDT
Posted: June 1, 2020, 2:04 p.m. EDT

Overview

Response Deadline
July 21, 2020, 2:00 p.m. EDT (original: July 14, 2020, 2:00 p.m. EDT) Past Due
Posted
June 1, 2020, 2:04 p.m. EDT (updated: March 4, 2021, 5:26 p.m. EST)
Set Aside
None
Place of Performance
Oceanside, CA 92058 United States
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Average
On 6/1/20 Naval Sea Systems Command issued Solicitation N00024-20-R-2427 for Fiscal Year 21-24 Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) due 7/21/20. The opportunity was issued full & open with NAICS 336611 and PSC 1905.
Primary Contact
Name
Linda C. Squires, Contracting Officer   Profile
Phone
(202) 781-3942

Secondary Contact

Name
Mike Hammersley   Profile
Phone
(202) 781-3149

Documents

Posted documents for Solicitation N00024-20-R-2427

Opportunity Lifecycle

Procurement notices related to Solicitation N00024-20-R-2427

Award Notifications

Agency published notification of awards for Solicitation N00024-20-R-2427

Contract Awards

Prime contracts awarded through Solicitation N00024-20-R-2427

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N00024-20-R-2427

Similar Active Opportunities

Open contract opportunities similar to Solicitation N00024-20-R-2427

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA HQ > NAVSEA HQ
FPDS Organization Code
1700-N00024
Source Organization Code
100076491
Last Updated
April 4, 2021
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 4, 2021