Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2018 FBO #5952
SOURCES SOUGHT

J -- Landing Craft Air Cushion (LCAC) Post Service Life Extension Program (PSE) - Fleet Modernization Program (FMP) - STATEMENT OF WORK

Notice Date
3/9/2018
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
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
N5523618R0017
 
Archive Date
4/10/2018
 
Point of Contact
Allison E. Alexander, Phone: 6195565664, Roderick Q. Rioveros, Phone: 6195562309
 
E-Mail Address
allison.e.alexander@navy.mil, roderick.rioveros@navy.mil
(allison.e.alexander@navy.mil, roderick.rioveros@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK Notice Type: Sources Sought Notice Solicitation Number: N55236-18-R-0017 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 an RFP, 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 to identify small business concerns to accomplish Landing Craft Air Cushion (LCAC) repairs, maintenance, modernization, and retirement services for LCAC's home-ported ACU-5 at Marine Corps Base, Camp Pendleton, California. The work will encompass LCAC Fleet Modernization Program (FMP), LCAC Post Service Life Extension Program Extension (PSE), LCAC retirements, and LCAC Planned/Emergent repairs. Typical LCAC efforts include, but are not limited to welding; marine pipefitting; shipfitting; basting; painting; sheet metal forming, shaping, cutting, and stamping; electrical/electronic repairs and modernization; electrical/electronic alteration; pump/motor and LCAC mechanical systems repair; tank cleaning; rigging; and component/system testing and harbor trials. Work will be performed on-site at ACU-5. The contractor shall furnish all supervision, material, labor, services, equipment, and facilities required to accomplish the work identified in each Delivery Order (DO). Government furnished utilities may be available for the contractor's use at the contractor's expense. SWRMC is contemplating award of a multiple award indefinite delivery, indefinite quantity (IDIQ) firm fixed price contract for the requirement specified in the attached draft Statement of Work. The anticipated period of performance is comprised of one base year and four option years with the performance commencing approximately 09 November 2018. The applicable NAICS code is 336611 - Ship Building and Repairing - with a small business standard of 1,250 employees. This sources sought is a market research tool being utilized to determine potential and eligible small business firms capable of providing these services prior to determining the method of acquisition and issuance of a Request for Proposal. Therefore, all interested parties are encouraged to respond. Interested vendors should 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 relevant to the requirements outlined above. The Capabilities Statement should also identify, by contract number, past or current contracts and/or subcontracts that were awarded to respondent's 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. The Government will evaluate each respondent's Capabilities Statement to determine if the respondent has the requisite experience and past performance 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 should be received no later than 26 March 2018. All responses should be sent to Allison Alexander, email: allison.e.alexander@navy.mil and Roderick Rioveros, email: Roderick.rioveros@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N5523618R0017/listing.html)
 
Place of Performance
Address: ACU-5, Camp Pendleton Marine Base, Oceanside, California, 92055, United States
Zip Code: 92055
 
Record
SN04849715-W 20180311/180309231239-178d10b9f96def415a2ea9ff3c6683eb (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.