Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2010 FBO #3318
SOURCES SOUGHT

J -- Small Boat Support Services

Notice Date
12/23/2010
 
Notice Type
Sources Sought
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
SSC-Pacific_MKTSVY_8D4CA
 
Response Due
1/24/2011
 
Archive Date
2/8/2011
 
Point of Contact
Point of Contact - Kimberly C Kruger, Contract Specialist, 619-553-7708
 
E-Mail Address
Contract Specialist
(kimberly.kruger@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICEONLY. THIS IS NOT A REQUEST FORPROPOSAL. THERE WILL NOT BE ASOLICITATION AVAILABLE AT THISTIME. DRAFT WORK STATEMENT ISINCLUDED FOR INFORMATIONALPURPOSES, BUT IS SUBJECT TOCHANGES. The Space and NavalWarfare Systems Center, Pacific (SSCPacific), is seeking sources that canprovide expertise for maintenance,upkeep and repairs to approximatelyeight (8) boats, ranging in size from16 to 27 feet; eight (8) trailers,ranging in size for boats from 16 to 27feet, and fourteen (14) motors rangingin size from 25 to 250 horsepower.The source must be able to maintain aminimum operational capability at83%, which is defined as eighty-threepercent (83%) of all boats will motorswill be operational seven days aweek/365 days a year at the KingsBay, GA location. A draft copy of theStatement of Work (SOW) can bereviewed at https://e-commerce.sscno.nmci.navy.mil/. SSC Pacific intends to issue acompetitive solicitation as a follow-onto N66001-07-D-0021 with Sea to SeaMarine & Auto Inc. The applicableNorth American Industry ClassificationSystem (NAICS) Code is 811490 OtherPersonal and Household Goods Repairand Maintenance and the smallbusiness size standard is $7 Million.The resulting award is expected to be afirm fixed price, indefinitedelivery/indefinite quantity (IDIQ),single award contract for a base periodof one yearwith two (2) one-yearoptions. Task orders awarded underthe subsequent contract are expectedto range from $135,000 to $140,000,and the aggregated amount of all taskorders awarded under the resultingcontract is expected not to exceed$416,000. All small businesses, service-disabledVeteran-owed small businesses,certified HUB-Zone small businesses,certified 8(a) small businesses,Woman-Owned small businesses,Veteran-owned small businesses,Small disadvantaged businesses, andAbility One Programs are encouragedto respond. Upon review of industryresponses to the Sources Sought, theGovernment will determine whether aset-aside acquisition in lieu of full andopen competition is in theGovernments best interest. This officeanticipates award of a contract forthese services by May 2011 or earlier. It is requested that interested smallbusinesses submit to the contractingoffice a brief capabilities statementpackage (no more than three pages inlength, single spaced, 12-point fontminimum) demonstrating their abilityto perform the requested services. Thisdocumentation shall address, as aminimum, the following: (1) RelevantExperience to include experience inperforming efforts of similar scope andcomplexity within the last three years.(2) Company Profile to include numberof employees, office locations(s), DUNSnumber, CAGE Code, and statementregarding small business designationand status. THIS SYNOPSIS IS NOT A REQUESTFOR PROPOSALS. It is a marketresearch tool used to determine theavailability and adequacy of potentialsmall business sources prior todetermining the method of acquisitionand issuance of an award. TheGovernment is not obligated to and willnot pay for any information receivedfrom potential sources as a result ofthis synopsis. The Governmentreserves the right to consider a set-aside for small businesses or one ofthe small business preferencegroups. SSC Pacific reserves the rightto not evaluate submissions that donot comply with the instructions of thisannouncement. RESPONSES ARE DUEON MONDAY, 24 JANUARY 2011, by5:00 PM, PST. LATE RESPONSES MAYNOT BE CONSIDERED. All information shall be submittedelectronically to the SPAWAR e-Commerce Central website at https://e-commerce.sscno.nmci.navy.mil/.Questions or comments regarding thisnotice may be addressed to KimberlyKruger at kimberly.kruger@navy.mil, or(619) 553-7708.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/SSC-Pacific_MKTSVY_8D4CA/listing.html)
 
Record
SN02349998-W 20101225/101223233627-6249df32b95afbd2c962ed7036f6d3c2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.