Mississippi Bids > Bid Detail

Advance Procurement and Detail Design and Construction of LHA 10 Amphibious Assault Ship Replacement

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 19 - Ships, Small Craft, Pontoons, and Floating Docks
Opps ID: NBD00159393118832660
Posted Date: Apr 27, 2023
Due Date: May 12, 2023
Solicitation No: N00024-23-R-2467
Source: https://sam.gov/opp/5e28d080ac...
Follow
Advance Procurement and Detail Design and Construction of LHA 10 Amphibious Assault Ship Replacement
Active
Contract Opportunity
Notice ID
N00024-23-R-2467
Related Notice
N0002423R2467
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA HQ
Office
NAVSEA HQ
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 27, 2023 03:06 pm EDT
  • Original Response Date: May 12, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • 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 39567
    USA
Description

The primary purposes of the notice are to: improve small business access to acquisition information and enhance competition by identifying subcontracting opportunities.





The Naval Sea Systems Command (NAVSEA) intends to issue solicitation N00024-23-R-2467 to Huntington Ingalls Incorporated (HII), acting through its Ingalls Shipbuilding division, 1000 Access Road, Pascagoula, MS 39567 for the procurement of Long Lead Time Material (LLTM), other related Advance Procurement (AP) efforts, pre-fabrication activities, and Detail Design and Construction (DD&C) of LHA 10, an Amphibious Assault Ship Replacement (LHA(R)) AMERICA Class Flight I Amphibious Assault Ship.





The LHA (R) requirement was developed to replace the retiring LHA 1 TARAWA Class amphibious ships. LHA (R) AMERICA Class Flight 0 consists of LHA 6 (USS AMERICA) and LHA 7 (USS TRIPOLI). LHA 8 (BOUGAINVILLE) is designated as the lead Flight I ship, LHA 9 (FALLUJAH) is the second Flight I ship, and LHA 10 will be the third Flight I ship. As the designer and builder of the LHA (R) AMERICA Class Flight 0 and I, HII is the only source with the requisite knowledge and experience required to construct LHA 10.





Pursuing an alternate source through competition would result in significant duplication of costs and unacceptable delays due to the loss of design expertise, and production efficiencies achieved on the previous four (4) AMERICA-class ships that cannot be recovered on the third planned ship of LHA (R) Flight I. No other vendor currently possesses the requisite facilities and qualified cadre of engineers, designers, and a construction workforce to design, plan, construct, test, and deliver LHA 10.





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 10 U.S.C. 2304(c)(1) as implemented in Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(ii), “Only one responsible source and no other supplies or services will satisfy agency requirements” wherein supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued production when it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the Agency’s requirements.





This notice of intent is not a request for competitive proposals. 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
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >