Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2014 FBO #4674
SOURCES SOUGHT

J -- Vehicle Maintenance Mechanic Support Sources Sought

Notice Date
9/9/2014
 
Notice Type
Sources Sought
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92240-14-T-JH33
 
Archive Date
9/13/2014
 
Point of Contact
Jackie D Handley, Phone: 757-763-2441
 
E-Mail Address
jacqueline.handley@navsoc.socom.mil
(jacqueline.handley@navsoc.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This sources sought notice is a request for information for acquisition planning purposes only. This is not a request for proposals, quotations or obligation on the part of the Government to acquire any products or services. This Source Sought Notice is for market research purposes only to gain knowledge of potential qualified sources and to explore industry capabilities. A response to this Source Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges will arise as a result of contractor submission of information to this announcement or the Government use of such information. The Government does not intend to award a contract on the basis of this Source Sought Notice or to otherwise pay for the information submitted in response to this Source Sought Notice. The information provided may be used by the Naval Special Warfare Command in developing its acquisition strategy, performance work statement, and performance specifications or requirements. The Government anticipates soliciting the requirement under the NAICS code 811111, with a size standard of $7M. SECURITY CONSIDERATIONS: Contractor personnel performing work under any resulting contract must hold a minimum of SECRET level clearance at time of the proposal submission, and shall maintain the level of security required for the life of the resulting contract. Contractor may require access to Secure Internet Protocol Router Network (SIPRNET) and Non-secure Internet Protocol Router Network (NIPRNET) systems at Government facilities only. The Government shall ensure that all Contractor employees have received operational security (OPSEC) indoctrination prior to performing their daily duties. The Contractor shall possess and maintain a SECRET facility level clearance (FCL), meeting the requirements of the Defense Security Service. The Contract employees performing work in support of this contract shall have been granted a SECRET security clearance from the Defense Industrial Security Clearance Office, prior to employment. DUE TO OPERATIONAL COMMITMENTS, THE GOVERNMENT WILL NOT SUPPORT ANY REQUEST FOR NEW FACILITY CLEARANCE LEVELS (FCLs) FROM THIS SOURCES SOUGHT NOTICE OR ANY RESULTING SYNOPSIS OR SOLICITATION. A FCL MUST ALREADY BE IN PLACE AT THE TIME OF PROPOSAL SUBMISSION IN ORDER FOR ANY OFFEROR ON ANY RESULTING SYNOPSIS OR SOLICITATION TO BE ELIGIBLE FOR AWARD. The work to be performed shall be performed at or in the vicinity Virginia Beach, VA. Responses to this SOURCE SOUGHT NOTICE will be used by the Naval Special Warfare Command (NSWC) to identify sources that can provide non-commercial, vehicle Maintenance and Repair support. The Depot level vehicle maintenance, repair and non-personal support services will be on Eight Government Owned and operated Non-Tactical Vehicles and One Motor Cycle. Contractor shall confirm the Facility Clearance with CAGE code and company name. The contractor shall provide a facility within a 30 mile radius of Virginia Beach, Va. The Contractor shall provide a sufficient number of personnel with the appropriate level of expertise and experience to perform vehicle maintenance and repair work on Government Vehicles. Contractor shall conduct scheduled maintenance and interim repair in accordance with objectives in the Performance Work Statement (PWS). Contractor shall provide four (4) planned maintenance services (PMS) per vehicle including oil change, filter change, lubrication and 50-point inspection, eight new tires if needed, 2 new vehicles if needed. Contractor shall provide six (6) tows to repair facility if needed. Contract shall provide one (1) annual Department of Transportation inspection per vehicle. Contractor shall provide one (1) new battery per vehicle per year. The period of performance shall be Sep 2014-Sep 2015. Interested responsible business concerns should submit a capabilities statement no later than 12 Sep 2014 at 11:00 A.M. (EST), LIMITED TO 10 PAGES, that describes the services and demonstrates its capability to provide these services with positive past performance. The capabilities statement shall include the company name, CAGE Code, small business status (8a, HUB Zone, service-disabled veteran-owned, small, small disadvantaged, veteran-owned, woman-owned), and point of contact (POC) name, phone number, and email, for the interested business concern. The capabilities statement should identify by contract number, past or current contract and/or subcontracts that were awarded to the interested firm, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a customer POC. Interested business concerns are responsible for adequately marking proprietary or competition sensitive information contained in their response to this SOURCE SOUGHT NOTICE. Questions regarding this SOURCE SOUGHT NOTICE will not be answered but may be used in the preparation of any resulting synopsis or solicitation. All responses should be forwarded to Jackie Handley (jacqueline.handley@navsoc.socom.mil)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-14-T-JH33/listing.html)
 
Place of Performance
Address: 1300 Helicopter Road, Bldg 3854, Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN03502374-W 20140911/140909235957-02f683ab260dffe32cafa3aecb86d0c6 (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.