Skip to main content

An official website of the United States government

You have 2 new alerts

Hull Assembly with Brackets for the Fleet Exercise Section (FES)

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Sep 05, 2024 03:34 pm EDT
  • Original Response Date: Sep 20, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 05, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 2040 - MARINE HARDWARE AND HULL ITEMS
  • NAICS Code:
    • 332112 - Nonferrous Forging
  • Place of Performance:
    Keyport , WA 98345
    USA

Description

The Naval Sea Logistics Center intends to issue a solicitation for the production of the Hull Assembly with Brackets for the Fleet Exercise Section (FES), NAVSEA drawing 5855690-503, Rev E, in support of the MK48 Heavyweight (HWT) Torpedo System.  The Government anticipates award of one (1) firm fixed price contract, including one (1) first article test unit, and 58 production units as the initial (base) quantity, with an option to purchase an additional 220 production units over four (4) option years.  The first article unit will be required to pass inspection, testing, and acceptance by the Government before manufacturing any production units would be authorized.  Offerors are required to provide FOB Destination pricing to NUWC Keyport WA 98345-7610.

This Presolicitation Notice (synopsis) is being issued in accordance with FAR 5.204 for non-commercial items procured in accordance with FAR Part 15 – Contracting by Negotiation. This is a Presolicitation Notice only. Do not submit a proposal in response to this notice.  It is anticipated that solicitation N6572624R0001 will be made available on or around 23 September 2024. The solicitation closing date is anticipated to be approximately 30 days after the issuance of the solicitation package. The actual date and time will be identified in the solicitation.  Requirements and evaluation procedures will be documented in the solicitation, which will be required to be completely filled out and submitted before the solicitation closes.

Access to classified information and unclassified export controlled technical data is required during the performance of this contract. To gain access to the unclassified export controlled technical data, contractors must meet the following criteria:

  • Have a minimum Confidence Level rating of Basic in the NIST SP 800-171 Assessment Compliance Report posted within the Supplier Performance Risk System.  For more information regarding NIST SP 800-171, please go to https://www.sprs.csd.disa.mil/.

  • Have an active certificate in the Defense Logistics Agency’s Joint Certification Program (JCP).  For more information regarding the JCP, please go to https://www.dla.mil/Logistics-Operations/Services/JCP/ .

To gain access to the classified information pertaining to this procurement, contractors must follow the directions in and comply with the solicitation’s DD Form 254, Department of Defense Contract Security Classification Specification. Only contractors cleared through this process will be granted access to classified information.

The proposed contract is being solicited using Full and Open Competition. Applicable North American Industry Classification System (NAICS) code for this requirement is 332112, “Nonferrous Forging”, and has a size standard of 950 employees.  This set aside was determined after reviewing the results of Sources Sought Notice N6572622R0002, posted on SAM.gov on 19 September 2022.  The notice included all applicable drawings, a draft statement of work, and a questionnaire that we asked vendors to complete and return to the contracting department to express interest in the requirement.  Three (3) small businesses and one (1) large business provided responses and expressed interest in proposing on this requirement. 

FAR 19.502-2(b) states that any acquisition over the simplified acquisition threshold shall be set aside for small business participation when there is a reasonable expectation that offers will be obtained from at least two responsible small business concerns, and the award will be made at fair market prices.  While several of the small businesses potentially have the technical capability necessary to manufacture the Hull Assembly and meet all of the necessary requirements of this procurement, the limited number of responses from small businesses suggests risk of not receiving adequate competition (offers from at least two responsible small businesses) exists.  As a result, in order to mitigate the risk of inadequate competition and additional schedule risk, we believe Full and Open Competition is in the best interest of the Government for this procurement.  The Deputy for Small Business at Naval Undersea Warfare Center Division, Keyport and the Procurement Center Representative covering Area VI for the U.S. Small Business Administration concurred with this decision via approval of DD Form 2579, Small Business Coordination Record on 21 March 2023.

Contact Information

Contracting Office Address

  • 5450 CARLISLE PIKE
  • MECHANICSBURG , PA 17055-2411
  • USA

Primary Point of Contact

Secondary Point of Contact





History