Access Denied!!!

It appears that you are using a private browser which blocks some scripts necessary for this page to function properly. As a result, you may experience limited functionality or the page may not work at all.

To access this page, please consider using a different browser or switch to the standard version of Firefox.

Thank you for your understanding.

Access Full Project

Publicly Funded

Privately Funded

Bidding Soon

Documents Available

Addenda Available

Post-Bid

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

August 20, 2023

September 19, 2023

No Information to Display

To Be Determined

Site Work

No Information to Display

No Information to Display

Public - Federal

img_map_placeholder

To Be Determined, Kittery, ME

Subscribe to View Full Documents

***THIS NOTICE IS A FORMAL SOLICITATION AS A RESULT OF PRESOLICITATION NOTICE "N3904023R0008"*** Naval Sea Systems Command (NAVSEA), Portsmouth Naval Shipyard (PNS) intends to award Cost-Plus Fixed-Fee (CPFF) Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Contracts (MACs), with competition among the awardees for individual task orders to provide production support for qualified personnel capable of performing the tasks identified by trade referenced within the statement of work. The listed trades are non-commercial in nature and provide for non-nuclear production labor support using the policies and procedures of FAR Part 15, Contracting by Negotiation, FAR Subpart 16.5, Indefinite-Delivery Contracts, and FAR Subpart 19.5, Set-Asides for Small Businesses. Perspective bidders are required to fulfill the 15 trade skills as defined in the Statement of Work. The trade skills necessary will include, but are not limited to: Marine Electrician Worker; Industrial Fire Watch/Laborer; Marine Pipefitter; Outside Marine Machinist; Marine Painter; Weighthandler (Rigger); Marine Shipfitter; Shipwright (Staging Builder); Welder; Sheet Metal, Marine Insulator (Lagger); Abrasive Blaster; Deck Tile Setter; Sound Tile Setter; and Fabric Worker. The requirement will be solicited using full and open competition, with a portion of task orders awarded under the contracts reserved for small business concerns. The NAICS code applicable to this procurement is 336611, Shipbuilding and Repair with a size standard of 1300 employees. The Product Service Code is J998. The contract will contain one five year Period of Perfomance. The total anticipated contract period of performance is five years. The Government intends to procure this requirement by reserving a portion of the multiple awards for small businesses based on the anticipated monetary thresholds as follows: o. Task orders with an estimated value of $1,000,000.00 or less are set-aside exclusively for competition among small businesses contract awardees. o. Task orders with an estimated value over $1,000,000.00 will be solicited to all contract awardees to determine small business capability. If no small business capability is identified, the task order will be solicited utilizing full and open competition. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. Solicitation N3904023R0008 and subsequent amendments will be posted to this website (SAM.gov). Prospective Offeror's are responsible for downloading their own copy of the solicitation and for frequently monitoring the SAMs website for solicitation amendments. The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at SAM on the interested vendor list under N3904023R0008. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. Offeror's must also be registered in the System for Award Management in order to participate in this procurement at http://www.sam.gov. All responsible sources may submit a proposal which shall be considered by the Government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor 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 proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the 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 an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All RFP questions shall be submitted in accordance with the solicitation, Section L, dates and procedures. Please direct all questions regarding this requirement to Steven Carlberg, Contract Specialist at steven.w.carlberg.civ@us.navy.mil.

6 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Subscribe to See All Trade Details

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.