Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 21, 2018 FBO #5903
SOURCES SOUGHT

J -- Fairbanks Morse Engines Repairs and/or Overhaul - SOW-draft

Notice Date
1/19/2018
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Norfolk Naval Shipyard - N42158, Norfolk, Virginia, 23709-5000, United States
 
ZIP Code
23709-5000
 
Solicitation Number
N4215818RS005
 
Archive Date
2/15/2018
 
Point of Contact
Trellis G. Harris, Phone: 7573969689, Greg Finke, Phone: 7573968037
 
E-Mail Address
trellis.harris@navy.mil, william.g.finke@navy.mil
(trellis.harris@navy.mil, william.g.finke@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW_draft This Sources Sought replaces the Sources Sought N4215817RN079 issued on 07 June 2017. The current Sources Sought increases the level of effort called out in the Statement of Work (SOW) (attached). ------------------------------------------------------------------------------------------------- The Norfolk Naval Shipyard Service Contract Division is issuing this Sources Sought synopsis, in accordance with FAR Clause 52.215-3 entitled "Solicitation for Information and Planning Purposes" as a means of conducting market research to identify parties having an interest in and the necessary resources to support this requirement for providing services for the in-shop shipboard overhaul of various Fairbanks Morse Engines (FME) pistons as described in Attachment I. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611 ( Ship Building and Repairing) with a size standard of 1,250. The Federal Supply Class is 2090 and the Product Service Code is J028. The estimated contract value is $10,000,000.00. The Government anticipates a single award Indefinite Delivery/Indefinite Quantity contract. The period of performance of the anticipated contract is twelve (12) months for the base year plus three (3) twelve (12) month option years. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary. The Government assumes no financial responsibility for any costs incurred. The Government is interested in responses from all qualified and experienced sources capable of providing the services outlined in Attachment I. A determination of the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. If a solicitation is released at a future date, it will be synopsized on the Federal Business Opportunities (FEDBIZOPPS) website. It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. SAM is the official U.S. Government system that consolidates the capabilities of CCR/FedReg, ORCA, and EPLS. Information concerning registration requirements may be viewed via the internet at https://www.sam.gov. INFORMATION REQUEST FROM INDUSTRY: Please review the attached DRAFT of the Performance Work Statement (PWS) included in this notice as Attachment I. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, web site address, telephone number, CAGE code, DUNS number, point of contact (name, phone#, e-mail), and your company's business size/type/status. 2) Detailed information that describes your company's capability to satisfy the requirements set forth in the PWS (Attachment I). This statement shall not reiterate or duplicate the language set forth in the PWS, but rather, your capabilities statement shall demonstrate your company's ability to perform these critical tasks. Additionally, if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 3) If you are proposing as an 8(a) Mentor Protégé, please indicate the percentage and type of work to be performed by the Protégé. All Service-Disabled, Veteran-Owned, Certified Hub-Zone, and Certified 8(a) Small Businesses are encouraged to respond. If you are an 8(a) contractor, please submit you SBA letter certifying that you are actively enrolled in the 8(a) program. 4) Responses to this notice are limited to ten (10) letter sized, single-sided pages including all attachments, charts, etc. Pages shall utilize the following format: single spaces, 12-point font excluding charts and graphics. No hard copy of facsimile submissions shall be accepted. 5) At this time, the Government is not requesting technical/management proposals, only capability information that will be utilized as market research to develop the acquisition strategy and solicitation. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE, THIS REQUIREMENT WILL BE CONSIDERED FOR APPROPRIATE SET-ASIDE PROGRAM PARTICIPATION (IF APPLICABLE) IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATIONS. SUBMISSION INSTRUCTIONS: Interested parties who consider themselves qualified to perform the required services are invited to submit a response in accordance with the instructions of this Sources Sought notice by 12:00pm (Eastern) on 31 January 2018. All responses under this Sources Sought Notice shall reference N4215818RS005 and be emailed to trellis.harris@navy.mil. Telephone inquiries will not be accepted or acknowledged and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions or comments concerning the proposed requirement, please contact the following via e-mail correspondence: Trellis Harris at the address listed above. This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. This request is NOT a Request for Proposals (RFP), Request for Quote (RFQ), or Invitation for Bid (IFB). No solicitation exists at this time. The Government does not intend to make an award based solely on the responses to this notice. This request is for market research purposes only and is issued to assist the Government in determining capable contractors who can provide the required services. There is no commitment by the Government to issue a solicitation, make an award, or bear any monetary responsibility for any costs incurred by industry in respect to a response to this Sources Sought Notice. Information and materials submitted in response to this notice WILL NOT be returned. No proprietary, classified, confidential, or sensitive information should be included in your response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e2484181b377c39cc6b93793fc7d2e0d)
 
Record
SN04794569-W 20180121/180119230933-e2484181b377c39cc6b93793fc7d2e0d (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.