Search Contract Opportunities

Marine Boatyard Repair and Maintenance Support Lot I & Lot II   3

ID: N50054-19-R-0001 • Type: Synopsis Solicitation

Description

Posted: Feb. 20, 2019, 10:39 a.m. EST
Commander, Navy Regional Maintenance Center (CNRMC) has reviewed the solicitation and has waived the DFARS MSRA/ABR requirement in this case only, removing the condition for contractors to obtain an MSRA or ABR. ALL ELIGIBLE OFFERORS are encouraged to submit a proposal, as the waiver serves to increase competition in support of the Competition in Contracting Act (CICA).
Posted: Jan. 7, 2019, 12:32 p.m. EST
The Mid-Atlantic Regional Maintenance Center (MARMC) of Norfolk, VA, has now issued solicitation N50054-19-R-0001 for Marine Boatyard Services for Lot I & II small boats in which the contractor shall furnish the necessary management, material support services, labor, supplies, and equipment deemed necessary to provide marine boatyard and industrial support which includes specific modifications, upgrades, service life extension and repairs to Non-Commissioned boats, craft, lighterage and service craft and their associated systems (i.e., hull, mechanical, electrical, and electronic systems; trailers; transporters; deployment systems; slings and hoisting systems; launch and retrieval systems, etc.) and periodic maintenance primarily in support of Hampton Roads area of Virginia (Norfolk, VA vicinity) boats, craft, lighterage, and service craft custodians.

Lot I. Marine boatyard and industrial support for boats, craft, lighterage and service craft that can be transported via roadway by a trailer of some sort and are less than 15 meters or 50 feet in length as determined by the Navy hull designation, but if no Navy hull designation exists, then less than 50 feet overall length. Lot I can be worked in the contractor's boatyard or locally outside the contractor's boatyard. Exact dimensions of boats vary with specific function and mission.

Lot II. Marine boatyard and industrial support for boats craft, lighterage and service craft that either: (1) cannot be transported via roadway or must be delivered on its bottom (via waterway), as defined by the delivery order, and are less than 15 meters or 50 feet in length as determined by the Navy hull designation, but if no Navy hull designations exists, less than 50 feet in overall length, or (2) are 15 meters or 50 feet in length or greater as determined by Navy hull designation, but if no Navy hull designation exists, then 50 feet or greater by length overall. Lot II can be worked in the contractor's boatyard or locally outside the contractor's boatyard. The possibility of performing efforts worldwide, although expected to be minimal, exists. Exact dimensions of boats vary with specific function and mission. Typical approximate dimension ranges for Beam and Height Above Baseline are as follows:

The North American Industry Classification System (NAICS) code for this acquisition is 336611, Shipbuilding and Repair and the applicable size standard is 1,250 employees.

The contract resulting from this instant acquisition is anticipated to be a Firm Fixed Price Multiple Award Indefinite Delivery Indefinite Quantity (MAC-IDIQ) contract, with competition among the awardees for individual delivery orders. Contract award will be made to the offeror(s) whose proposal(s) represent(s) the best value to the Government after evaluation in accordance with the factors in the solicitation.

A Sources Sought Notice was posted to FEDBIZOPPS on 09 August 2017 referencing solicitation number N50054-17-R-0027. A Sources Sought Notice was also posted to FEDBIZOPPS on 9 August 2017 referencing solicitation number N50054-17-R-0028. Based on the results of the Sources Sought Notice and other market research conducted, the Government has determined that this requirement will be set aside 100% for Small Business. A DD-2579 documenting this decision has been approved by the Small Business Deputy.

The contractor's inspection, period of performance, and place of performance will be noted in the solicitation.

The contracts will contain a one-year base period and four (4) one-year option periods. The total anticipated contract period of performance is five (5) years. All options will be evaluated in accordance with FAR 17.206(a). A complete RFP package will be available by downloading the documents at FEDBIZOPPS at http://www.fedbizopps.gov. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will NOT issue hard copy solicitations. 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. Lack of registration in the SAM database will make a contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov. Please direct all questions regarding this requirement via e-mail to the POC identified in this synopsis.

Overview

Response Deadline
March 6, 2019, 12:00 p.m. EST (original: Feb. 6, 2019, 12:00 p.m. EST) Past Due
Posted
Jan. 7, 2019, 12:32 p.m. EST (updated: May 1, 2019, 1:56 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
9727 Avionics Loop NORFOLK, VA 23511-2124 USA
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Signs of Shaping
95% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 1/7/19 Mid-Atlantic Regional Maintenance Center issued Synopsis Solicitation N50054-19-R-0001 for Marine Boatyard Repair and Maintenance Support Lot I & Lot II due 3/6/19. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336611 (SBA Size Standard 1300 Employees) and PSC 19.
Primary Contact
Title
MARMC Procurement Office
Name
MARMC Code 411   Profile
Phone
(757) 396-5041

Secondary Contact

Title
None
Name
Justin Byrne   Profile
Phone
(757) 400-0214

Documents

Posted documents for Synopsis Solicitation N50054-19-R-0001

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N50054-19-R-0001

Award Notifications

Agency published notification of awards for Synopsis Solicitation N50054-19-R-0001

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation N50054-19-R-0001

Contract Awards

Prime contracts awarded through Synopsis Solicitation N50054-19-R-0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N50054-19-R-0001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N50054-19-R-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > REGIONAL MAINTENANCE CENTER > MID ATLANTIC REG MAINT CTR
FPDS Organization Code
1700-N50054
Source Organization Code
500021475
Last Updated
May 1, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 1, 2019