Provide all management, labor, equipment, and material necessary for design, construction, delivery, and installation of a relocatable modular, prefabricated temporary factor. This project is in support of the Naval Air Warfare Center, Weapon Division (NAWCWD) Infrastructure Business Operations (IBO) Department, located at the Naval Base Ventura County in Point Mugu, CA. A mission of the IBO is to ensure NAWCWD command meets Department of Navy (DON) Radio Frequency, Emissions, Analysis, and Characterizations of Threat (REACT) requirements by providing compliant secure relocatable modular.
1.0 INTRODUCTION AND CONTRACT TYPE
The REACT relocatable modular is a modified commercial item to meet the ICD/ICS 705 Security standards for Sensitive Compartmented Information Facility (SCIF) requirements, including 80dB Radio Frequency (RF) shielding.
The Naval Air Warfare center Weapons Division (NAWCWD), Point Mugu, CA, intends to award a competitive, 100% small business set-aside contract, in accordance with FAR 6.203. The contract will be a Firm Fixed Price commercial purchase order with Options using FAR Part 12 and FAR Subpart 13.5 procedures for purchase of the following CLINs:
CLIN: 0001
CLIN Description: Design and Drawings for REACT Modular
Quantity: 1
CLIN: 0002
CLIN Description: Site Preparation
Quantity: 1
CLIN: 0003
CLIN Description: Fabrication
Quantity: 1
CLIN: 0004
CLIN Description: Transport/Delivery
Quantity: 1
CLIN: 0005
CLIN Description: REACT Modular Installation
Quantity: 1
CLIN: 0006
CLIN Description: Electronic Security Systems Installation
Quantity: 1
CLIN: 0007
CLIN Description: Commissioning and Testing
Quantity: 1
CLIN: 0008
CLIN Description: Inside Plant (ISP) Install (Option)
Quantity: 1
CLIN: 0009
CLIN Description: CDRLs
The Government anticipates the release of the Request for Quote (RFQ) on 21 November 2024, with an award expected on 27 March 2025.
2.0 DELIVERY LOCATION: Naval Base Ventura County, Point Mugu, CA
3.0 SUBMISSION DETAILS
This notice is NOT a request for competitive proposals; however, any firms believing they can fulfill this requirement may submit a written response. The written response to this notice shall reference solicitation number N6893623Q0259
and clearly show the firm’s capability, background, experience and assets necessary to perform the required work.
Proposal Responses shall be submitted by e-mail to the point(s) of contact listed below no later than 10 January 2025 5:00 p.m. Pacific Time.
CS: Theresa Lee, [email protected]
PCO: Helen Xiong, [email protected]