DOCUMENT
J -- Port Operations Support Services including operation of various watercraft and boats, related maintenance services, and waterfront administration for the Southeast Region. - Attachment
- Notice Date
- 4/5/2018
- Notice Type
- Attachment
- NAICS
- 488310
— Port and Harbor Operations
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- Solicitation Number
- N6883618R0017
- Response Due
- 4/16/2018
- Archive Date
- 4/16/2019
- Point of Contact
- Elaine Florence
- E-Mail Address
-
42-1657<br
- Small Business Set-Aside
- N/A
- Description
- MARKET RESEARCH-- REQUEST FOR INFORMATION. NO SOLICITATION EXISTS. This is a SOURCES SOUGHT NOTICE for Market Research purposes ONLY. This information will be used to determine the availability of vendors capable of meeting the Government ™s requirements and the availability of small businesses capable of providing this requirement. Potential sources must identify their business type (i.e., small business, large business, small disadvantaged business, 8(a) certified business, woman-owned business, etc.) to assist the U.S. Government in determining whether or not vendors are able to perform this requirement, all interested businesses (large and small) are encouraged to respond to this Sources Sought Synopsis. The NAVSUP Fleet Logistics Center Jacksonville (FLCJ) is conducting a market survey to determine the availability of Contractors capable of providing Port Operations Support Services for Commander, Navy Region Southeast (CNRSE). The services to be furnished under this contract include operation of various watercraft and boats, related maintenance services, port operations, and waterfront administration at the following locations: Naval Air Station (NAS) Pensacola, FL; Naval Support Activity (NSA) Panama City, FL; Naval Submarine Base (NSB) Kings Bay, GA; Naval Station (NAVSTA) Mayport, FL; Naval Ordnance Test Unit (NOTU) Port Canaveral, FL; Naval Air Station (NAS) Jacksonville, FL; and Naval Air Station (NAS) Key West, FL throughout the Southeast Region of the United States. The Contractor shall be responsible for the operation, preventive, predictive, corrective maintenance, depot level maintenance of various watercrafts, boats and equipment, industrial marine repair services and shall provide port operations services as outlined in the attached DRAFT Performance Work Statement (PWS). The Contractor shall plan, schedule, coordinate and ensure effective completion of all services described herein. It is anticipated that any resulting solicitation will be for a Firm Fixed-Price (FFP) contract. The NAICS code for this requirement is 488310 and the size standard is $38.5 Million. Vendors interested in responding to this Sources Sought Synopsis shall provide a capability statement outlining their ability to meet or exceed all of the requirements in the attached DRAFT PWS. The attached Technical Exhibits are also provided as DRAFTS ONLY. Information in the DRAFT PWS and DRAFT Technical Exhibits are subject to change. The capability statement shall include a cover page containing the company ™s name, address, CAGE code, DUNS number, business size/socio-economic status, Government business point-of-contact name, phone number, and e-mail address. The security classification requirement for this effort is CONFIDENTIAL. The Government will not review general capability statements. Please ensure submissions are tailored to this requirement and describe the firms ability to perform the requirements outlined in the DRAFT PWS. Submissions shall not exceed 25 pages. The cover page is not included in the 25 pages. Submittals will not be returned to the responder. The capability statement provided in response to this Sources Sought Notice is NOT to be considered a response to a Request for Proposal (RFP) in that no RFP exists at this time. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses will not restrict the Government to a particular acquisition approach or be construed as a commitment by the Government. The Government will not pay for the information requested herein. Evaluation results will not be provided to Contractors responding to this synopsis. No phone calls will be accepted. This notice does not constitute a RFP, or a promise to issue a RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking proposals at this time and will not accept unsolicited proposals in response to this Sources Sought Notice. After the results of this market research are obtained and analyzed, FLC Jacksonville may conduct a competitive procurement and subsequently award a contract. The Government will use the results of this announcement to determine whether the Port Operations requirement for CNRSE should be solicited as a Small Business Set-Aside, or whether Full and Open Competition procedures will be utilized. Additionally, a determination not to compete this requirement, based upon responses to this notice is solely within the discretion of the U.S. Government. If a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry, Navy Electronic Commerce Online (NECO) and Federal Business Opportunities (FedBizOpps). It is the responsibility of industry to monitor NECO at www.neco.navy.mil and FedBizOpps at www.fbo.gov for additional information pertaining to this requirement. Responses shall be in writing (Subject: Sources Sought N6883618R0017) and sent by email to Ms. Elaine Florence, Elaine.florence@navy.mil. Responses shall be submitted no later than 4:00 P.M. EST on 16 April 2018. NOTE: THIS IS A REQUEST FOR INFORMATION ONLY AND SHOULD NOT BE CONSIDERED AS A COMMITMENT BY THE GOVERNMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING A RESPONSE TO THIS REQUEST. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5074dd77bea7b82cba7e77f7e94e130d)
- Document(s)
- Attachment
- File Name: N6883618R0017_Draft_Performance_Work_Statement.rtf (https://www.neco.navy.mil/synopsis_file/N6883618R0017_Draft_Performance_Work_Statement.rtf)
- Link: https://www.neco.navy.mil/synopsis_file/N6883618R0017_Draft_Performance_Work_Statement.rtf
- File Name: N6883618R0017_TE_01_Government_Furnished_Equipment_List.xlsx (https://www.neco.navy.mil/synopsis_file/N6883618R0017_TE_01_Government_Furnished_Equipment_List.xlsx)
- Link: https://www.neco.navy.mil/synopsis_file/N6883618R0017_TE_01_Government_Furnished_Equipment_List.xlsx
- File Name: N6883618R0017_TE_02_Vessel_inventory.pdf (https://www.neco.navy.mil/synopsis_file/N6883618R0017_TE_02_Vessel_inventory.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6883618R0017_TE_02_Vessel_inventory.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6883618R0017_Draft_Performance_Work_Statement.rtf (https://www.neco.navy.mil/synopsis_file/N6883618R0017_Draft_Performance_Work_Statement.rtf)
- Place of Performance
- Address: Multiple locations throughout the Southeast Region, Jacksonville, FL
- Zip Code: 32212
- Zip Code: 32212
- Record
- SN04880411-W 20180407/180405231729-5074dd77bea7b82cba7e77f7e94e130d (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 |