Repair of LCS2 Class Waterjet and Impeller Shaft Assemblies

expired opportunity(Expired)
From: Federal Government(Federal)
N6449821R4000

Basic Details

started - 01 Oct, 2020 (about 3 years ago)

Start Date

01 Oct, 2020 (about 3 years ago)
due - 16 Oct, 2020 (about 3 years ago)

Due Date

16 Oct, 2020 (about 3 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
N6449821R4000

Identifier

N6449821R4000
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709057)DEPT OF THE NAVY (156979)NAVSEA (28123)NAVSEA WARFARE CENTER (18950)NSWC PHILADELPHIA DIV (3554)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The Naval Surface Warfare Center Philadelphia Division (NSWCPD) intends to solicit for the repair of LCS2 Class Waterjet and Impeller Shaft assemblies on behalf of the NAVSEA05Z 2SCOG Program. In order to sustain U.S. Navy fleet requirements, WLD 1500 SR Waterjet, WLD 1500 SR Shaft, 1720 SR Waterjet, and 1720 SR Shaft assemblies must be repaired to ensure that the 2SCOG program does not “stock out” of available ready-for-issue (RFI) assets that are essential to the propulsion of LCS ship classes.This solicitation is expected to result in a Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract on a sole source basis to Wartsila Defense, Inc. (WDI). The ordering period is anticipated to be sixty (60) months. The period of performance is anticipated to be seventy-two (72) months with an estimated total maximum quantity of 180 waterjet and impeller shaft assemblies to be repaired throughout the Contract term. WDI, as the OEM, is the sole developer, designer, and
fabricator of the equipment to be repaired under this contract. As such, WDI is the only contractor with the background, technical knowledge and expertise, design familiarity, facilities, and access to proprietary information and processes necessary to comply with the requirements of this contract. As a result, WDI is the only contractor qualified to perform the efforts associated with the Statement of Work under this requirement.This procurement action is being conducted in accordance with FAR Part 15. Furthermore, this procurement is being processed through other than full and open competition pursuant to the statutory authority of 10 U.S.C.2304(c)(1), as implemented by FAR 6.302-1.Interested persons may identify their interest and capability to respond to the requirement or submit proposals.  This notice of intent is not a request for competitive proposals and does not constitute a solicitation.  However, all information received prior to the closing date will be considered by the Government.  A determination by the Government not to compete this proposed action 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.THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP along with any amendments will be posted to the Beta.Sam.Gov website at https://beta.sam.gov. All interested parties may download the solicitation and any amendments through Beta.Sam.Gov. The Request for Proposal (RFP) for this acquisition will be N64498-21-R-4000. No CDs or hard copies will be provided. Offerors must be registered with the System for Award Management (SAM) website at. https://www.sam.gov/SAM/. All questions must be submitted in writing to Matthew Riggitano at matthew.riggitano@navy.mil.   

Chesapeake ,
 VA  23323  USALocation

Place Of Performance : N/A

Country : United States

Classification

naicsCode 811310Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
pscCode J030Maintenance, Repair and Rebuilding of Equipment: Mechanical Power Transmission Equipment