SOURCES SOUGHT
J -- SOURCES SOUGHT - GALLEY EQUIPMENT PREVENTIVE AND CORRECTIVE MAINTENANCE
- Notice Date
- 7/2/2012
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024412R0065
- Response Due
- 7/9/2012
- Archive Date
- 7/24/2012
- Point of Contact
- ISABELITO M CABANA EMAIL ISABELITO.CABANA@NAVY.MIL
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the NAVSUP Fleet Logistics Center (FLC) San Diego. The purpose of this sources sought notice is to identify qualified small business concerns including 8(a) Program, HUBZone Program, SDVOSB Program, or WOSB Program that are capable of providing requirements as specified below. FLC San Diego does not intend to award a contract on the basis of responses, nor otherwise pay for the preparation of any information submitted. Based on response/s to this notice, FLC San Diego will issue Request for Proposal (RFP) no later than 16 July, 2012. The NAICS code is 811310 and the Small Business Standard is $7M. Requirement is for Preventive and Corrective Maintenance service, to include parts and labor, for galley (food service) equipment located in Naval Base Ventura County (NBVC) Pt Hueneme, Pt Mugu, Naval Air Station Lemoore, and San Nicolas Island. It is anticipated that a single Firm-Fixed-Price contract will be awarded no later than 30 September, 2012. The proposed contract will be for twelve (12) months and will contain four one-year options with base year to begin 1 October 2012. All interested parties may submit responses via electronic email to Isabelito M. Cabana, Contract Specialist; E-mail isabelito.cabana@navy.mil no later than 9:00 am PST 9 July 2012. It is requested that all interested parties respond with a Capability Statement of a maximum of ten (10) pages on 8.5 x 11 in paper, font no smaller than 10 point, demonstrating ability to provide above requirements. The Capability Statement must address, at a minimum, the following. 1. Statement providing Company Name, Company Address, DUNS or Cage Code Number, Points of Contact (POC - include name, phone number, fax number, and e-mail address) and confirmation of current small business status under NAICS code 811310. 2. Prior/current corporate (past performance) experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, hours/dollars incurred to date, Government point of contact with current telephone number and email address, and brief description of how the referenced contract relates to the services described herein. 3. Description of contractor ™s technical capability, or potential approach, to achieving technical ability, to perform at least 51% of the delivery order with its own employees. NOTE: Late and incomplete responses will not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412R0065/listing.html)
- Record
- SN02791636-W 20120704/120702234556-f91615db2c48d1e57ab9ea70c05d06e0 (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 |