Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2014 FBO #4778
SOURCES SOUGHT

J -- LCAC 63 Fleet Modernization Program - Draft Specification Package: BOST 063-15

Notice Date
12/22/2014
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, South West Regional Maintenance Center, 3755 Brinser Street, San Diego, California, 92136, United States
 
ZIP Code
92136
 
Solicitation Number
N55236-15-R-0007
 
Point of Contact
Roderick Q. Rioveros, Phone: 6195562309, Naquan C. Bostick, Phone: 6195715053
 
E-Mail Address
roderick.rioveros@navy.mil, naquan.bostick@navy.mil
(roderick.rioveros@navy.mil, naquan.bostick@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specification Package BOST 063-15 for the LCAC 63 FMP This is a sources sought notice for information and acquisition planning purposes. This is not a request for proposal (RFP) and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue an RFP, contract, or order. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. Southwest Regional Maintenance Center (SWRMC) is seeking small business concerns for the Fleet Modernization Program (FMP) on the LCAC 63. Anticipated contract performance period will be 18 May 2015 through 17 July 2015. Work to be accomplished at ACU-5 Camp Pendleton, CA. SWRMC is contemplating award of a single award firm fixed price contract for the requirement specified in the attached draft specification package. The applicable NAICS code is 336611 Ship Building and Repairing. Interested vendors should submit a capabilities statement (not to exceed five pages) that demonstrates their capability to perform the services described herein. The capabilities statement shall include: • Company name • Address • Business size (small, small disadvantaged, 8(a), women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned) [more than one category may be selected as applicable] • Point of contact (POC) information for the interested firm The capabilities statement should also identify, by contract number, past or current contracts and/or subcontracts that were awarded to your firm, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a point of contact for the customer/recipient of the work performed. The Government will evaluate each respondent's capabilities statement to determine if the respondent has the requisite experience and past performance to complete the requirements described herein. No telephone inquiries will be accepted. The Government does not commit to providing a response to any comments or questions. No basis for a claim against the Government shall arise as a result of this announcement. Responses should be received no later than 05 January 2015. All responses should be forwarded to Roderick Rioveros, email: roderick.rioveros@navy.mil, and Naquan Bostick, email: naquan.bostick@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N55236-15-R-0007/listing.html)
 
Place of Performance
Address: ACU-5, Camp Pendleton, California, United States
 
Record
SN03602281-W 20141224/141222234231-0ed048d09ff36ad59a5c0512306f1c67 (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.