Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2017 FBO #5531
SOURCES SOUGHT

20 -- Sources Sought for Type II Waterside Security Barrier - N61331-17-T-7001 Sources Sought Documents

Notice Date
1/12/2017
 
Notice Type
Sources Sought
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, 110 Vernon Avenue, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
N61331-17-T-7001
 
Archive Date
2/28/2017
 
Point of Contact
Scott E. Dubuque, Phone: 8502344864, Donald Bickford, Phone: 8502344853
 
E-Mail Address
Scott.Dubuque@navy.mil, donald.bickford@navy.mil
(Scott.Dubuque@navy.mil, donald.bickford@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N61331-17-T-7001 Exhibit A N61331-17-T-7001 Attachment 1 N61331-17-T-7001 Statement of Work The purpose of this Sources Sought announcement is for market research and will be utilized for planning purposes only. This is not a solicitation for proposal and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published on the Federal Business Opportunities (FedBizOpps) website. The Naval Surface Warfare Center Panama City Division is seeking sources to provide a Commercially Available, Fully Automated, Waterside Security Barrier as well as the associated technical, installation, and sustainment services in accordance with the attached Statement of Work (SOW) and Barrier System Technical Attributes. The scope of this SOW encompasses the initial site survey, preliminary site design, establishing of barrier module characteristics, system configuration, mooring system characteristics, barrier operation training materials, as well as the procurement of the necessary barrier equipment, associated installation effort and standard warranty coverage of the waterside security barrier. Any interested parties that believe they are able to offer a Commercially Available, Fully Automated, Waterside Security Barrier in accordance with the attached Statement of Work and Barrier System Technical Attributes should provide a response to this Sources Sought. Responses shall include the following: (1) The offeror's capability to provide a commercially available fully automated waterside security barrier in accordance with the requirements of the SOW and Barrier System Technical Attributes, (2) The performance specifications associated with the barrier system which the offeror intends to propose while addressing any requirements where the intended barrier system lacks, (3) Name and address of the offeror, (4) size of the business, including average annual revenue for the past three years and number of employees, (5) ownership (including Country of Ownership), indicating whether: Large, Small, Small Disadvantaged, 8 (a), Women-Owned, HUBZone, Veteran- Owned and/or Service-Disabled- Veteran-Owned Business, and System for Award Management (SAM) information; (6) number of years in business; (7) two points of contact, including: name, title, phone, fax, and e-mail address; and (8) Cage Code and DUNS Number. In evaluating contractor capability, the Government will consider the following: A. The Offeror's capabilities to provide a Commercially Available, Fully Automated, Waterside Security Barrier meeting the SOW and Technical Attributes requirements. B. Offeror's understanding and ability to address SOW and Technical Attributes requirements which exceed the intended barrier system capabilities. Interested contractors should submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel. There is no specific format or outline submittals must follow. Submittals should be no longer than 30 pages in length. The capabilities package should clearly present evidence that the interested party is fully capable of providing the required products and services, and as such may contain any information that the interested party feels is relevant. Information provided will be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. Foreign participation in this request for information is excluded. Respondents who submit proprietary data shall clearly mark the data with appropriate markings. Any proprietary information submitted in response to this synopsis will be appropriately protected when clearly identified as proprietary. Submitted materials will not be returned, and will be destroyed. Submissions shall not contain any classified information. A Firm Fixed Price (FFP) contract with a delivery date 6 months from award of the contract is anticipated. The applicable NAICS Code is 332510 and the Small Business size standard is 750 employees. Interested Offerors may submit their interest and required documentation via e-mail to Contract Specialist Scott.Dubuque@navy.mil by 4:00 P.M. CST, on 27 January 2017. Responses must be marked with the sources sought designation number: N61331-17-T-7001. In order to be eligible for award firms must be registered in the System for Award Management (SAM). Vendors may obtain information on registration via the SAM website at http://www.sam.gov. Please note that defense payment office may not make payment unless the contractor is established to receive electronic funds transfer (EFT).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4a104fb18ddb7b5f938081cc615f8f55)
 
Record
SN04370102-W 20170114/170112234155-4a104fb18ddb7b5f938081cc615f8f55 (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.