Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 07, 2015 FBO #5097
MODIFICATION

J -- Blasting and Preservation IDIQ

Notice Date
11/5/2015
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Southeast Regional Maintenance Center, Mayport Naval Station, Jacksonville, Florida, 32228-0158, United States
 
ZIP Code
32228-0158
 
Solicitation Number
N40027-16-SUBIDIQ
 
Archive Date
4/30/2021
 
Point of Contact
Randy Dockery, Phone: 9042705126, Chris OConnor, Phone: 90427051263360
 
E-Mail Address
randy.dockery1@navy.mil, chris.oconnor1@navy.mil
(randy.dockery1@navy.mil, chris.oconnor1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought is being amended to reflect a new response date and to change Points of Contact (POC). SERMC is contemplating a multiple award indefinite delivery, indefinite quantity (IDIQ) firm fixed price contract for a base period of one (1) year and four (4) option year periods for the blasting and painting of submarine underwater hull, superstructure, tanks, voids and recesses, and removal and installation of lead ballast on US Naval Submarines at Naval Submarine Base, Trident Refit Facility, Kings Bay, Georgia. Interested parties are required to hold or obtain a Society for Protective Coatings (SSPC) Quality Protective Level 1 (QP-1) certification prior to award of any resultant contract. In addition, coating inspectors shall be certified in accordance with the NAVSEA Basic Paint Inspector (NBPI) course, SSPC Protective Coating Inspector Program (PCI), or NACE International Coating Inspector Program (CIP) Level 1 or higher, and have a minimum of 2 years of marine coatings related work experience. The applicable NAICS code is 336611 - Ship Building and Repairing. 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 for services. 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. Interested parties should submit a capabilities statement (not to exceed five pages) that demonstrates their ability to perform the services described herein. The capabilities statement shall include: company name and 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; and a narrative of the company's technical capabilities. The Government will evaluate all capabilities statements submitted in response to this sources sought notice to determine if the respondents have the requisite experience and past performance to complete the requirements described herein. The technical capabilities narrative should address the particulars of this effort, and if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The statement should also identify past or current contracts and/or subcontracts for similar efforts that were awarded to the firm. For each contract identified, please provide the contract number, 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. Based on the responses to this sources sought notice and market research, this requirement may be set-aside for small business or procured through full and open competition, and a single or multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to respondents regarding their submissions. Interested parties who consider themselves qualified to perform the above listed services are invited to submit their responses via email to CLF_MYPT_SERMC_PROCUR@NAVY.MIL Attn: Randy Dockery
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N40027/N40027-16-SUBIDIQ/listing.html)
 
Place of Performance
Address: Kings Bay, Georgia, United States
 
Record
SN03939307-W 20151107/151105234530-5e81fa49aa572b26d5ec8f71555df138 (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.