Skip to main content

An official website of the United States government

You have 2 new alerts

NUWCDIVNPT - Undersea Training Range Sustainment

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: Apr 26, 2024 06:06 pm EDT
  • Original Response Date: May 17, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jun 01, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5998 - ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Newport , RI 02841
    USA

Description

The Naval Undersea Warfare Center Division, Newport, RI intends to award a 5-year contract to provide engineering, production, installation, and operation and maintenance services to sustain U.S. and Allied Navy Training and Test and Evaluation (T&E) Ranges around the world in accordance with the attached draft Statement of Work (SOW) and Drawings. NUWCDIVNPT is procuring these materials and services to support continued operation of ranges world-wide using new technology as existing technology becomes obsolete.

This is a synopsis for noncommercial items prepared in accordance with FAR 5.207 as supplemented with additional information included in this notice. This procurement is being solicited on an unrestricted basis as concurred with by the NUWCDIVNPT Office for Small Business Programs and the Small Business Procurement Center Representative.  The North American Industry Classification System (NAICS) Code for this acquisition is 541330 – Engineering Services.  The Small Business Size Standard is $47,000,000.00.  This procurement will be processed under FAR Part 15. A Single Award Indefinite Delivery Indefinite Quantity (IDIQ) type contract with Cost Plus Fixed Fee (CPFF), Cost Reimbursement (CR), Firm Fixed Price (FFP), and Not Separately Priced (NSP) contract line items are anticipated.

This is a follow-on contract to NUWCDIVNPT requirement N66604-19-D-A900 with L-3 Technologies, Inc. 

Solicitation N66604-24-R-0249 is anticipated to be released in May 2024. The closing date for receipt of proposals will be established in the solicitation. Estimated award timeframe is December 2024.  Technical proposals will be required. The Government intends to make a single award as a result of the solicitation. An award will be made to the responsible Offeror who passes all Pass/Fail requirements of the solicitation, whose proposal conforms to the solicitation requirements, and whose proposal is determined to provide best value to the Government in accordance with the factors and subfactors listed in the solicitation. The specific evaluation criteria will be outlined in the solicitation. All timely offers will be considered. The solicitation and any subsequent amendments will be posted to the SAM.gov website. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for monitoring the site for any amendments.

PSC: 5998. Set Aside Status: Unrestricted. Facility Clearance Level: Secret. Safeguarding Clearance Level: Secret. Delivery is F.O.B. Destination, Newport, RI.

The anticipated Contract Line Item Number (CLIN) Structure will be:

CLIN   Description                              Quantity/ Unit of Issue  Type

0001    Post Award Kick-off Meeting                1/JOB              FFP

0002    Range Hardware Circuit Card                1/LOT              FFP

            Assemblies (CCAs) and Fiber  

           Optic Cables      

0003    Range Engineering and Technical          1/JOB              CPFF

             Services in accordance with the

             SOW tasks 4.1-4.4 and 4.6-4.7 

0004    On-Call Support in accordance              11,545 HRS     CPFF

            with SOW Task 4.5      

0005    Other Direct Cost (ODC) Incidental       1/LOT             CPFF

            Materials and Shipping

0006    ODC Travel                                          1/LOT              CR

0007    Contract Data Requirements List           1/LOT              NSP

            (CDRL)

Anticipated ordering period is five years from date of contract award. Places of performance are anticipated to include:

  • Contractor Facility
  • Atlantic Undersea Test and Evaluation Center (AUTEC), Andros Island, Bahamas
  • Kwajalein Missile Impact Scoring System (KMISS), Marshall Islands
  • Pacific Missile Range Facility (PMRF), Kauai, Hawaii, USA
  • Point Mugu Sea Range, Point Mugu, California, USA
  • Jacksonville Tactical Training Range (JTTR), Jacksonville, Florida, USA
  • Southern California Tactical Training Range (SCTTR), San Clemente Island/NSWC North Island, California, USA

Estimated hours for CLIN 0003 is 53,231 hours, broken down as follows:

  • Year 1: 1,149 hours
  • Year 2: 10,008 hours
  • Year 3: 6,648 hours
  • Year 4: 32,150 hours
  • Year 5: 3,276 hours

Active registration with the System for Award Management (SAM) is required at the time an offer is submitted in order to comply with the annual representations and certifications requirements. Registration information can be found at https://www.sam.gov/portal/public/SAM/.

The Drawings for CLIN 0002 are Distribution Statement D and Export Controlled. Companies requesting to view the Drawings must be registered according to DoD Joint Certification Program (JCP) in order to access Distribution D and Export Controlled documents. See the following website for further information: https://www.dla.mil/Logistics-Operations/Services/JCP/.

In order to view the Drawings, please submit the request for access in the SAM.Gov posting.  In your request for access, include your vendor CAGE Code and the email address for the JCP Certified recipient.

NOTE: The name of the individual identified in the request must be the same as the individual registered in JCP if requesting access to the Distribution Statement D and Export Controlled Drawings.

For information regarding this acquisition, contact Kaitlin McGuire at Kaitlin.m.mcguire2.civ@us.navy.mil.

Contact Information

Contracting Office Address

  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA

Primary Point of Contact

Secondary Point of Contact

History