Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
SOURCES SOUGHT

99 -- ISO 9001, AS9100, AS9110 and ISO 14001 Registrations, and OHSAS 18001 Certification for Level III Commander, Fleet Readiness Centers (COMFRC)

Notice Date
8/17/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-15-X-1026
 
Response Due
8/21/2015
 
Archive Date
10/16/2015
 
Point of Contact
Jennifer Stanley, 973-724-6812
 
E-Mail Address
ACC - New Jersey
(jennifer.stanley17.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is Market Survey for a tentative requirement to provide all personnel, equipment, tools, materials, supervision and other items and non-personal services to support ISO 9001, AS9100 and ISO 14001 Registrations, and OHSAS 18001 Certification for Level III Commander, Fleet Readiness Centers (COMFRC) as further defined in the attached Draft Performance Work Statement. As part of its market research, Army Contracting Command - New Jersey is issuing this Market Survey to determine if there exists an adequate number of qualified interested contractors capable of providing services to register and maintain registration of the Industrial Depot Sites of Fleet Readiness Center Southeast, Jacksonville, FL (FRC-SE), Fleet Readiness Center, Cherry Point, NC (FRC-E), Fleet Readiness Center Southwest, North Island, CA (FRC-SW) as ISO 9001, AS9100, AS9110, OHSAS18001 and ISO 1400 compliant and includes follow-up Surveillance/Maintenance Audits as required through the end of the contract as further described in the Draft PWS. The Government may use the responses to this MARKET SURVEY for information and planning purposes. The Draft PWS describes only the currently contemplated possible scope of services and may vary from the work scope in a final PWS included in any Request for Proposals (RFP). The anticipated period of performance shall be for a Base Period and four (4) Option Periods and the contractor may be required perform work at the following locations: Industrial Depot Sites of Fleet Readiness Center Southeast, Jacksonville, FL (FRC-SE), Fleet Readiness Center East, Cherry Point, NC (FRC-E), Fleet Readiness Center Southwest, North Island, CA (FRC-SW). This Market Survey is only for the purpose of identifying potential sources as part of ACC-NJ's market research. No RFP exists; therefore, do not request a copy of the RFP. Anticipated release of the RFP will be by COB August 28, 2015. Responses to this MARKET SURVEY are not quotes on which ACC-NJ can issue any Schedule orders. This MARKET SURVEY is issued for information and planning purposes only and does not itself constitute a Request for Quotations (RFQ). The Government does not intend to award a Schedule order(s) or BPAs based only on responses to this MARKET SURVEY. All information received in response to this MARKET SURVEY marked quote mark Proprietary quote mark will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responses to the MARKET SURVEY will not be returned. Responders are solely responsible for all expenses associated with responding to this MARKET SURVEY. ACC-NJ will not pay for information received in response to this MARKET SURVEY. There is no commitment by the Government to issue an RFQ, make an award or awards, or to be responsible for any monies expended by industry responses to this MARKET SURVEY. Submit capability statements (single spaced, font side only, Times New Roman 12 point font, demonstrating ability to perform the services listed in the attached DRAFT Performance Work Statement (PWS) attached. The capability statement shall at a minimum address the following: (1)Company profile to include: company name, company address, current business size status under associated North American Industry Classification (NAICS) code (please specify as either a Large Business, Foreign-Owned Small Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone Concern, Veteran-Owned Small Business, or Service-Disable Small Business), points-of-contact information (including name, address, telephone number, fax number and e-mail address), number of employees, annual revenue history, office locations, Commercial and Government Entity (CAGE) code, Data Universal Numbering System (DUNS) number, and a statement regarding ISO certification (and whether or not it is certified to, compliant with, or exceeds ISO 9001:2000 or 2008). (2)Prior/current Department of Defense (DoD) corporate experience performing efforts of similar size and scope within the last three (3) years, including contract number, organization supported, indication of whether as a prime or subcontract, contract value, Government point of contact and a brief description of the specific task areas in the referenced contract as it relates to the services described in the draft PWS attached. (3)Describe experience and capabilities in regards to your company's ability to manage DoD tasks of this nature and size. In your response please provide details of your management plan for ensuring the work will be staffed with qualified personnel with the ability to start work. The staffing plan should address current hires available for assignment, possible subcontracting teams arrangements and strategy (contingency hires) for recruiting and retaining qualified personnel. The applicable NAICS code is 541330 and the applicable Product Service Code (PSC) is R706. Submittal of this information is requested via electronic mail only, no later than 21 August 2015, 4:00PM Eastern Standard Time. Responders should note that this Market Survey is for informational and planning purposes only, and does not constitute as a pre-solicitation notice or Request for Proposal (RFP). THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government WILL NOT PAY for any information submitted as a result of the announcement. If a formal solicitation is generated at a later date, a pre-solicitation notice will be published.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/33a1abab1cacbdbb32aacb8a28eb8cd6)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03841724-W 20150819/150817235111-33a1abab1cacbdbb32aacb8a28eb8cd6 (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.