Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2017 FBO #5557
SOURCES SOUGHT

J -- Sources Sought Notice - Divers Life Support System (DLSS) Planned Maintenance System (PMS) and Associated Services

Notice Date
2/7/2017
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024417R0015
 
Response Due
2/13/2017
 
Archive Date
2/28/2017
 
Point of Contact
Isabelito M Cabana 619-556-6834
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE The Fleet Logistics Center, San Diego (FLCSD) is conducting a market survey to determine the interest and capability of Industry to participate in a competitive acquisition of non-personal services to provide Divers Life Support System (DLSS) Planned Maintenance System (PMS) and Associated Services in support of Explosive Ordnance Disposal Mobile Dive and Salvage Companies (EOD/MDSU) located in San Diego, CA. The primary North American Industry Classification System (NAICS) code for this procurement is 811310 and the Small Business size standard is $7.5M. This is a new requirement. The contract term will be a one-year base period with a potential of 4 one-year option periods commencing 1APR2017. The anticipated award date is 27MAR2017. It is anticipated that the Request for Proposal (RFP) will be posted on 16FEB2017. The resulting Task Order is anticipated to be a Firm-Fixed Price contract type. Disclaimer: This is a SOURCES SOUGHT announcement. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Any information submitted by respondents to this technical description is strictly voluntary. The Government intends to set-aside this acquisition to small businesses. As a result, the Government is performing market research in order to determine if small businesses possess the capability to execute the requirements within this acquisition. Respondents need to indicate all small business designations. Interested business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response. Based upon small business responses received, consideration will be given to defining what part of the acquisition, if any, will be set-aside for small business competition. PROJECT INFORMATION: Divers Life Support System (DLSS) Planned Maintenance System (PMS) and Associated Services in support of Explosive Ordnance Disposal Mobile Dive and Salvage Companies (EOD/MDSU) located in San Diego, CA. SCOPE. The contractor shall provide fully qualified and accredited technicians to provide: 1) PMS maintenance service; and 2) unscheduled/unidentified maintenance to the DLSS system for the EOD/MDSU San Diego, CA. PMS. The objective of PMS is to maintain equipment within specifications through preventive maintenance, identifying and correcting potential problems before the equipment or system becomes inoperable. PMS shall be performed in accordance with NAVSEAINST 4790.8C (or latest in series) “ Ships Maintenance and Material Management (3 - M) Manual. UNSCHEDULED/UNIDENTIFIED MAINTENANCE TO THE DLSS SYSTEM. Task is for maintenance of equipment directly related to the DLSS systems of EOD/MDSU San Diego, CA that are outside of identified PMS tasks (e.g. non-calendar periodicity codes R and U, gas refills, etc.). SPECIAL REQUIREMENTS. -Any maintenance (excluding work on non-transportable compressors and air systems) shall be completed at a NAVSEA certified facility. -Scheduled maintenance of Bauer compressors shall be accomplished by a factory authorized Bauer Sales and Service Center factory certified to perform Depot Level Repairs on Bauer models O-26 and C-D/DV/NAVY. -Scheduled maintenance of the Haskel oxygen booster pumps manifold and the oxygen transfer pump assemblies shall be accomplished by a certified Haskel technician qualified on the MK-23 MOD-0 and MOD-1 models. -Oxygen cleaning shall be performed in a Class 100,000 clean room with daily particle counting in accordance with MIL-STD-1330D. Note: Address ALL special requirements above in capability statement. WORKLOAD ESTIMATE: PMS ESTIMATE. Below estimated workload hours is based on PMS hours with definite quantity of equipment, MIP/MRC, and PMS periodicities. Base Year = 600 hours Option 1 = 105 hours Option 2 = 212 hours Option 3 = 472 hours Option 4 = 220 hours UNSCHEDULED/UNIDENTIFIED MAINTENANCE ESTIMATE. This task will have a ceiling of 130 service hours for base and each option year. NOTE: ALL DETAILS WILL BE PROVIDED DURING RFP SOLICITATION SUBMISSION REQUIREMENTS: Interested firms should submit capability statement describing relevant demonstrated experience and qualifications to Contract Specialist Isabelito M. Cabana via Email Isabelito.Cabana@navy.mil. Capability statement shall be in following format: Font Times New Roman, size 12; 8 X11 paper size; no more than 5 pages one-sided when printed; in Microsoft Word or PDF format. Submissions must be received via email no later than 11:00 AM Pacific Standard Time on 13FEB2017. Questions or comments regarding this notice shall be forwarded to the Contract Negotiator via EMAIL ONLY. No phone calls will be accepted. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Personal visits for the purpose of discussing this announcement will not be scheduled. THIS is NOT a REQUEST for a PROPOSAL. End of Notice
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024417R0015/listing.html)
 
Record
SN04393860-W 20170209/170207235120-4cc7967332381923f0d970b73caad102 (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.