DOCUMENT
H -- 243 EQUIPMENT AND MATERIALS TESTING: PUMPS AND COMPRESSORS - Attachment
- Notice Date
- 5/3/2018
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- 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
- N0024418Q0141
- Response Due
- 5/11/2018
- Archive Date
- 6/3/2018
- Point of Contact
- Anastasia Pentzakoff 619-556-9637
- E-Mail Address
-
Contract Negotiator
(anastasia.pentzakoff@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT announcement. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. The Fleet Logistics Center, San Diego (FLCSD) is conducting a market survey to determine the interest and capability of Industry to participate in a competitive acquisition of services in support of EODESU-1 Dive Locker Contract. The Government is performing market research in order to determine if small businesses possess the capability to execute the requirements within this acquisition. Respondents need to 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. Based upon small business responses received, consideration will be given to defining what part of the acquisition, if any, will be set-aside for small business competition. The work will be accomplished under a Firm Fixed-Price (FFP) contract. The contract term will be a base period with a potential of four one-year option periods. The NAICS code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, the small business size standard is $7.5M. PROJECT INFORMATION: Divers Life Support System (DLSS) Routine Maintenance Services. These services include maintenance, hydro testing, re-filling, and cleaning of high and low pressure piping, valves, flexible hoses, filters, moisture separators, volume tanks, compressed gas cylinders (Air, 02, and Mixed Gas), compressed gas flasks (Air, 02, and Mixed Gas); maintenance of Haskell oxygen booster pumps; maintenance of oxygen transfer pump assembly; maintenance of all compressors (Bauer models MVT-26, O-26 and C-D/DV/NAVY); and maintenance of Transportable Recompression Chamber to ensure that EODESU diver life support equipment is safe and operational to support EODESU One and Navy Expeditionary Combat Command (NECC) missions. See DRAFT Performance Work Statement attached. 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 your company ™s experience in performing Divers Life Support System Service Contracts as the prime contractor in the last five years identifying: contracting agency, contract number, title, place of performance, years of performance, and value of contract per year. Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Times New Roman, font size 12 and should not exceed five (5) one-sided, 8 X 11 pages in Microsoft Word or PDF format to the contract specialist via email to: anastasia.pentzakoff@navy.mil. Submissions must be received via email no later than 3:00 PM Pacific Standard Time on Friday, 11 May, 2018. Questions or comments regarding this notice shall be posted to the Contract Negotiator in writing and via EMAIL ONLY. No phone calls will be accepted. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Personal visits for the purpose of discussing this announcement will not be scheduled. THIS is NOT a REQUEST for a PROPOSAL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024418Q0141/listing.html)
- Document(s)
- Attachment
- File Name: N0024418Q0141_Performance_Work_Statement_-_DRAFT.pdf (https://www.neco.navy.mil/synopsis_file/N0024418Q0141_Performance_Work_Statement_-_DRAFT.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N0024418Q0141_Performance_Work_Statement_-_DRAFT.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0024418Q0141_Performance_Work_Statement_-_DRAFT.pdf (https://www.neco.navy.mil/synopsis_file/N0024418Q0141_Performance_Work_Statement_-_DRAFT.pdf)
- Place of Performance
- Address: NAB Coronado, San Diego, CA
- Zip Code: 92155
- Zip Code: 92155
- Record
- SN04909342-W 20180505/180503230617-d22a33024349746d00ae9f8ce8137311 (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 |