Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2018 FBO #6005
DOCUMENT

W -- Lease of 8 Conveyor Dishwashing Machines for the Southern California Region - Attachment

Notice Date
5/1/2018
 
Notice Type
Attachment
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
Solicitation Number
N0024418Q0136
 
Response Due
5/7/2018
 
Archive Date
5/22/2018
 
Point of Contact
Jorge Cubas
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
The Fleet Logistic Center San Diego (FLCSD) is conducting a sources sought to determine the interest and capability of small business industry to participate in the acquisition of lease services of eight Ecolab EC66 or equivalent dishwashing conveyor machines for the Naval Air Station Lemoore Ops galley (1 ea), Naval Base Ventura County (NBVC) Point Mugu (1 ea), Naval Base Ventura County Port Hueneme (1 ea), Naval Air Station North Island (1 ea), Naval Base Point Loma (Main Base formerly SUBASE) (1 ea), Naval Air Facility El Centro (1 ea) and the Naval Amphibious Base Coronado (NAB) (2ea) galleys. The North American Industry Classification System (NAICS) code for this procurement is 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing, with a size standard of $32.5 Million. This requirement is currently being accomplished by Purchase Order N00244-15-P-0555 awarded to Ecolab Inc., Cage Code 85884. The intended contract term will be for a one-year base plus two 1-year options if exercised. The anticipated award date is on or about 30 May 2018. It is anticipated that the Request for Proposal (RFP) will be posted in mid May 2018. The resulting Purchase Order is anticipated to be Firm Fixed Price (FFP). This is a SOURCES SOUGHT announcement. This notice is for market research purposes only and it is NOT A REQUEST FOR PROPOSALS. 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 sources sought is strictly voluntary. The Results of the Sources Sought will be utilized to determine if small business opportunities exist, especially socioeconomic categories, and also to gauge competitiveness in Seaport-e for the upcoming solicitation. All small business set-aside categories will be considered. See attached DRAFT Statement of Work (SOW). Respondents must 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. Submission requirements: Interested contractors are to submit the following information: Company name, address, point of contact, telephone number, e-mail address, DUNS and information regarding prior or current experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, if role was of a prime or subcontractor, contract value, Government point of contact including phone number and email address. Also, interested vendors/contractors should submit their product description, specifications and/or literature or brochures by the closing date and time indicated. The document submitted shall be in the format of Times New Roman, font size 12 and should not exceed 5 one-sided, 8 x 11 pages in Microsoft Word or PDF format. Submissions must be received via email to Jorge Cubas at Jorge.cubas1@navy.mil no later than 1200 Pacific Standard Time (PST) on 7 May 2018. The Contracts specialist will provide an email confirmation acknowledging receipt of contractor s submission. It is the responsibility of the offeror to ensure they receive an email confirmation from the Contracts Specialist that their Capability Statement was received prior to the submission deadline in order to avoid instances of lost emails. All questions related to the Sources Sought must be submitted via email at Jorge.cubas1@navy.mil no later than 1200 PST on 03 May 2018. Other methods of submitting questions are not authorized and will not be acknowledged or addressed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024418Q0136/listing.html)
 
Document(s)
Attachment
 
File Name: N0024418Q0136_DRAFT_SOW.doc (https://www.neco.navy.mil/synopsis_file/N0024418Q0136_DRAFT_SOW.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0024418Q0136_DRAFT_SOW.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NAVSUP FLC San Diego
Zip Code: 3985 Cummings Road, San Diego, CA
 
Record
SN04906641-W 20180503/180501230904-361bcf3c47551b7179be44a65a60cf2c (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.