Synopsis - FY23-27 Follow Yard Engineering and Technical Support for DDG 51 Class Ships - N00024-23-R-2312
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Jan 13, 2023 08:43 am EST
- Original Response Date: Feb 01, 2023 12:00 pm EST
- Inactive Policy: Manual
- Original Inactive Date: Jun 30, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1905 - COMBAT SHIPS AND LANDING VESSELS
- NAICS Code:
- 336611 - Ship Building and Repairing
- Place of Performance: Pascagoula , MS 39568USA
Description
The Naval Sea Systems Command intends to negotiate and award a contract on a sole-source basis for the accomplishment of follow-yard engineering and technical support for DDG 51 Class follow ship configuration to Huntington Ingalls Industries, Inc. (HII), 1000 Access Road, Pascagoula, MS 39568.
Pursuant to 10 U.S.C. § 3204(a)(1) (formerly § 2304(c)(1)) and FAR 6.302-1, as the follow-yard ship designer and builder, HII is the only firm capable of providing timely and effective follow-yard engineering and technical support for DDG 51 Class. HII has the requisite familiarity and knowledge of DDG 51 Class configurations as well as a detailed understanding of the construction techniques and practices used to build these ships.
The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Companies interested in subcontracting opportunities should contact HII directly.
The resultant contract, if awarded, will be for one year with options for up to four additional years.
Disclaimer: This pre-solicitation notice is for information only, and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting proposals as a result of this synopsis. If a solicitation is issued in the future, it will be announced via the Governmentwide Point of Entry (GPE) located at https://sam.gov and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This is not an RFP or a promise to issue an RFP and this information is subject to modification and in no way binds the Government to award a contract. However, all responsible sources may submit a capability statement, which shall be considered by the agency.
Attachments/Links
Contact Information
Contracting Office Address
- 1333 ISAAC HULL AVE SE
- WASHINGTON NAVY YARD , DC 20376-5000
- USA
Primary Point of Contact
- Zachary Tucker
- zachary.m.tucker2.civ@us.navy.mil
Secondary Point of Contact
- Kate A. Robb, Contracting Officer
- kate.a.robb.civ@us.navy.mil
History
- Jun 30, 2023 11:56 pm EDTPresolicitation (Updated)
- Jan 13, 2023 08:43 am ESTPresolicitation (Original)