SOURCES SOUGHT
J -- Maintenance and Repair of Locomotives
- Notice Date
- 8/18/2015
- Notice Type
- Sources Sought
- NAICS
- 488210
— Support Activities for Rail Transportation
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, PWD Earle Facilities Engineering and Acquisition Division Earle Bldg C-9 201 Highway 34 South Colts Neck, NJ
- ZIP Code
- 00000
- Solicitation Number
- N4008515Q0545
- Response Due
- 9/17/2015
- Archive Date
- 10/16/2015
- Point of Contact
- Susan Kuncken (732) 866-2135
- E-Mail Address
-
susan.kuncken@navy.mil
(susan.kuncken@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought Announcement: MAINTAIN AND REPAIR TWO LOCOMOTIVES Title: Preventative Maintenance and Repair Service for two (2) National Railway Equipment Company (NREC) manufactured locomotives. Both are GENSET Model: 3GS18B-4. NAICS Code: 488210 - Support Activities for Rail Transportation NAICS Size Standard: $15 Million This notice is intended strictly for Market Research, information and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. The Government will not pay for information solicited on this notice. Requirement: The Department of the Navy, Naval Facilities Command, (NAVFAC) Naval Weapons Station Earle (NWSE) is conducting this market survey to determine the availability and technical capability of qualified businesses to provide Preventative Maintenance and Repair Services for 2 NREC, GENSET Locomotives. All physical work is to be performed at NWSE and shall be in strict adherence with NREC ™s Owners, Maintenance, Operators and Parts manuals. These locomotives are equipped with N-Force Microprocessors therefore 24/7 Technical Support is required and will be incorporated into any subsequent contract. Contractors must meet the requirements of the Association of American Railroads Quality Assurance Program as Specified in M-1003. Responses to the information requested will assist the Government in determining the appropriate acquisition method, and best contract type. Interested parties are expected to review this Notice to familiarize themselves with the requirements of this project. Information Submission Instructions: 1. Page Limitations: Interested qualified businesses should submit a tailored capability statement for this requirement not to exceed fifteen (15) single-sided pages including all attachments, resumes, charts, etc. (12 point font minimum) that clearly details the firm ™s ability to perform the aspects of the notice described above. Tailored capability statements should also include the concern ™s name, point of contact, address and DUNS number. 2. Submission of Capability Statement: All Capability Statements sent in response to this notice must be submitted electronically (via e-mail) in un-editable MS Word or Adobe Document Format (PDF) to the Contract Officer as follows: Susan Kuncken Contracting Officer susan.kuncken@navy.mil Note: The e-mail subject line must specify the Notice Number specified above. 3. Due Date: All Capability Statements sent in response to this notice are due no later than 30 days after this posting. Responses and/or submissions via Facsimile will not be accepted. All questions pertaining to this notice must include the Notice Number specified above. CAPABILITY STATEMENTS OR QUESTIONS RECEIVED AFTER SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in this response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization ™s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities at www.fbo.gov. Responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). PLEASE NOTE: In order to receive an award, Contractor must be registered and have a valid certification in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472NJE/N4008515Q0545/listing.html)
- Place of Performance
- Address: 201 Hwy 34, Colts Neck, New Jersey
- Zip Code: 07722
- Zip Code: 07722
- Record
- SN03843998-W 20150820/150819000235-8fca5930f233aef8c641807f4a0be327 (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 |