Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2017 FBO #5722
DOCUMENT

71 -- Automated, Modular, and Vertical Lift Storage Systems for warehousing and safekeeping of equipment - Attachment

Notice Date
7/22/2017
 
Notice Type
Attachment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
N00140 FISC Norfolk DET, Philadelphia 700 Robbins Avenue, Building 2B Philadelphia, PA
 
Solicitation Number
N001890171923
 
Response Due
7/28/2017
 
Archive Date
7/29/2017
 
Point of Contact
Mr. Thomas Jakubowski, Contract Negotiator via email: thomas.jakubowski@navy.mil
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION. This is a Request for Information (RFI) issued by Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Philadelphia Office on behalf of the Naval Supply Systems Command, Weapon System Support (NAVSUP WSS) in Mechanicsburg, PA. WSS has a requirement for Automated, Modular, and Vertical Lift Storage Systems for warehousing and safekeeping of Navy Nuclear Propulsion Program (NNPP) repair parts, equipment and components. A single Firm, Fixed Price (FFP) order is anticipated. The North American Industrial Classification System (NAICS) code for this acquisition is 337215. Firms possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this source sought notice via the submission of an executive summary. Submissions are not to exceed five (5) typewritten pages in no less than 12 font size. In addition to the executive summary, industry feedback to the draft specification/requirement sheet is requested “ all comments/ideas will be considered, although any questions/comments/ideas will not be responded to directly. The goal of such feedback is to consider suggestions that might enhance competition, improve the clarity of the requirement, or leverage industry expertise, as well as any other ideas that could result in an improved product. Included in the announcement will be two (2) floor plans associated with this effort for reference. The submission should include the following information and reference N001890171923: 1. Company name, address, and point of contact with corresponding phone number and e-mail address 2. DUNS number, Cage Code, business size and classification 3. Capability statement displaying the contractor ™s ability to provide the services/supplies to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; capacity performed (Prime or Sub); contract period of performance; description of the relevant services provided AND the relevancy of the services to the proposed requirement; and a customer point of contact with corresponding telephone number and e-mail address (up to two references). Standard brochures and/or paraphrasing of this notice will not be considered sufficient to demonstrate the capabilities of an interested party. The government will consider and analyze all information received; formal responses will not be furnished, however the information may be utilized in the development of a final Statement of Work (SOW) and/or Request for Quotes (RFQ). This is not a notice of solicitation issue. This RFI does not constitute a RFQ, nor does this issuance restrict the Government ™s acquisition approach. Responses should be submitted to NAVSUP Fleet Logistics Center Norfolk, Philadelphia Office “ Mr. Thomas Jakubowski - Code 280.3B, via email: thomas.jakubowski@navy.mil. Responses should be submitted no later than 12:00 p.m. (EST) on 28 July 2017. No facsimile responses will be accepted. The Government will neither award a contract solely on the basis of this RFI nor will it reimburse for any costs associated with preparing or submitting a response to this notice. If return of submission is required, indicate address to which materials are to be returned with submittal. It is incumbent upon the interested parties to review NECO for updates to this RFI. Refer all questions concerning this RFI to Mr. Thomas Jakubowski, Contract Negotiator via email: thomas.jakubowski@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N001890171923/listing.html)
 
Document(s)
Attachment
 
File Name: N001890171923_DRAFT_SPEC_SHEET.docx (https://www.neco.navy.mil/synopsis_file/N001890171923_DRAFT_SPEC_SHEET.docx)
Link: https://www.neco.navy.mil/synopsis_file/N001890171923_DRAFT_SPEC_SHEET.docx

 
File Name: N001890171923_FLOORPLAN_Building_6.pdf (https://www.neco.navy.mil/synopsis_file/N001890171923_FLOORPLAN_Building_6.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N001890171923_FLOORPLAN_Building_6.pdf

 
File Name: N001890171923_FLOORPLAN_Building_7.pdf (https://www.neco.navy.mil/synopsis_file/N001890171923_FLOORPLAN_Building_7.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N001890171923_FLOORPLAN_Building_7.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04590997-W 20170724/170722233125-9ec260c709c0a8a13e90aa58db932c42 (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.