LHA(R) Flight 1 Ship Planning Yard and Engineering Support
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: May 06, 2024 02:17 pm EDT
- Original Response Date: May 21, 2024 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jun 05, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: K019 - MODIFICATION OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS
- NAICS Code:
- 336611 - Ship Building and Repairing
- Place of Performance: Washington Navy Yard , DCUSA
Description
The Naval Sea Systems Command intends to issue Request for Proposal on a sole source basis to Huntington Ingalls Incorporated (Ingalls Shipbuilding), 1000 Access Road, Pascagoula, MS 39568. Under this contract, the Contractor shall provide Post Delivery and Engineering Support (PD&ES) project execution, products, subcontract management and services to the LHA(R) Program Office. The emphasis of the required support will be for products and services related to IPDA Execution, Post Delivery Planning, Engineering and Support, related Data Requirements, PD&ES Core Services, Engineering Services (Special Studies), Kitting Material, and LHA(R) Class Material (including COSAL material and Shore Based Spares). As the designer, builder, and life cycle engineering and support provider of the entire SAN ANTONIO Class Flight I and the lead Flight II ship, Ingalls Shipbuilding is the only source with the requisite knowledge and experience required. The anticipated solicitation will include cost-plus-fixed-fee contract line items for procurement of services for one (1) 12-month base year, and four (4) 12-month options years.
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1. This notice of intent is not a request for competitive proposals. The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. If a solicitation is issued in the future, it will be announced via sam.gov and interested parties must comply with that announcement. However, all responsible sources may submit a capability statement, proposal, or quotation within fifteen days after date of publication of this synopsis, which shall be considered by the Government. The Government will not reimburse respondents for any questions submitted or information provided because of this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Attachments/Links
Contact Information
Contracting Office Address
- 1333 ISAAC HULL AVE SE
- WASHINGTON NAVY YARD , DC 20376-5000
- USA
Primary Point of Contact
- Akilah Beavers
- Akilah.M.Beavers.civ@us.navy.mil
Secondary Point of Contact
- Samantha Rye
- samantha.d.rye.civ@us.navy.mil
History
- Jun 19, 2024 11:55 pm EDTPresolicitation (Updated)
- May 06, 2024 02:17 pm EDTPresolicitation (Original)