Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2016 FBO #5293
SOURCES SOUGHT

R -- Corrosion Control Consulting

Notice Date
5/19/2016
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
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
N5523616R0014
 
Archive Date
6/11/2016
 
Point of Contact
Sharon M Young, Phone: 6195567266, Eunjew Dame, Phone: 6195564729
 
E-Mail Address
sharon.m.young@navy.mil, eunjew.dame@navy.mil
(sharon.m.young@navy.mil, eunjew.dame@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought ~ Corrosion Control Consulting 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 a Request for Proposal, 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 that can provide advanced powder coating training support to improve the SWRMC Corrosion Control Shop powder coating process, by demonstrating that coating systems can provide a minimum of 10 years of corrosion performance when installed in a U.S. Navy shipboard environment or equivalent. The contractor must be able to provide evidence of a proven track record in corrosion control and coatings training and with equipment experience in design, functionality and set up, including modifications and new installation of industrial plant equipment. The Contractor shall be able to qualify and benchmark the quality of coating systems and provide documented proof of actual items provided to and tested aboard US Naval vessels or equivalent environment utilizing fluidized encapsulation coating system. All work will be performed at SWRMC onboard NBSD, but may include other Navy installations and visits to Navy ships pier-side within the southern California area, and the Contractor's facility. The applicable NAICS code is 541380, Testing Laboratories. Small business prime contractors are requested to 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 - Company's technical capabilities (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) - Commercial and Entity Code (CAGE) and Data Universal Numbering System (DUNS) - Statement of labor category/categories it intends to use in support of the Corrosion Control Requirement - Statement that the firm has the following qualifications:  - AISC SPE/SSPC QP3 420- "Certification Standard for Shop Application of Complex Protective Coating Systems"  - ISO 9001:2008 Quality Management System  - NACE Certified Coating Inspectors - Statement that the firm has the experience in the following:  - Operating a world class corrosion powder coating facility supporting the U.S. Navy or for equipment in an equivalent environment - Abrasives management and abrasive blast room operations  - Whole system maintenance functions of complex coating shop equipment operations.  - Practical experience in the corrosion coating field - Practical hands-on experience in Quality Control (QC) and Quality Assurance (QA) management operations  - Corrosion coating testing, evaluation and selection of multi-coat systems  - Fluidized encapsulation coating of US Navy parts or equipment in an equivalent environment - Statement that the firm has a minimum of 10 years of experience with chloride testing (surface and abrasive), advanced media testing, profile testing, electronic surface roughness, adhesion testing, hardness testing, dry film thickness testing, oven heating analysis using heat data pack, holiday detection, color meters, gloss meters and coating failure analysis (Salt Spray testing, Impact testing, Temperature Gradient testing, Cathodic Disbondment testing) The Government will evaluate each respondent's capabilities statement to determine if the respondent has the requisite experience 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 must be submitted to Ms. Eunjew Dame, email: eunjew.dame@navy.mil and Sharon Young, email: sharon.m.young@navy.mil no later than 27 May 2016, 1700 (PST).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N5523616R0014/listing.html)
 
Place of Performance
Address: NBSD (may include other Navy installations and visits to Navy ships pier-side within the southern California area, and the Contractor’s facility), San Diego, California, 92136, United States
Zip Code: 92136
 
Record
SN04122132-W 20160521/160519234110-398844e0110d7a6512209335d47a454a (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.