SOURCES SOUGHT
J -- Hydraulic Oil Cleaning- Ship Service Hydraulic System - DRAFT- PWS
- Notice Date
- 8/13/2018
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
- ZIP Code
- 98207-5005
- Solicitation Number
- 8220-9550
- Archive Date
- 8/30/2018
- Point of Contact
- Tim Smart, Phone: (360) 476-4091, James Walker, Phone: (360) 627-4362
- E-Mail Address
-
timothy.smart@navy.mil, james.m.walker11@navy.mil
(timothy.smart@navy.mil, james.m.walker11@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. REQUIREMENT: This notice is issued by the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton WA to identify sources capable of providing hydraulic oil cleaning for the Ship Service Hydraulic System. SPECIFICATION: Contractor shall provide equipment, material, labor and services for a filtration system capable of removing water and particulate from hydraulic fluid to restore the system fluid to NSTM 556 chapter 8 rev 10 cleanliness specifications. All work will be performed within the Controlled Industrial Area of the Puget Sound Naval Shipyard, Bremerton WA. (Subject to change at the discretion of the Government) SCOPE OF WORK: The NSTM 556 chapter 8 Rev 10 requires that the maximum allowable water content in the oil for the Ship Service Hydraulic System be limited to 0.05%. Large quantities of water have been identified in the Ship Service Hydraulic System on a naval submarine well in excess of that limit. (Subject to change at the discretion of the Government) ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be for one hundred and eighty (180) calendar days with a performance period to be determined. (Subject to change at the discretion of the Government) ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,250 employees. SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to timothy.smart@navy.mil no later than 12:00 PM PT on 15 August 2018, with the following information/documentation: 1. Name of Company, Address, CAGE and DUNS Number. 2. Point of Contact and Phone Number. 3. Business size applicable to the NAICS Code. 4. Commercial Item and Terms: Statement regarding the commerciality of the requirement in accordance with FAR 2.101 definition of a "Commercial item" and any unique commercial terms and conditions specific to this requirement. 5. Statement of Proposal Submission: Statement on how your company will accomplish the work and if your company anticipates submitting a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 6. Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant. System for Award Management (SAM): Interested parties should register in the System for Award Management (SAM). SAM registration can be accomplished by accessing SAM at www.sam.gov or by calling 1-866-606-8220. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/8220-9550/listing.html)
- Place of Performance
- Address: Bremerton, Washington, 98314, United States
- Zip Code: 98314
- Zip Code: 98314
- Record
- SN05034421-W 20180815/180813231358-004d7f4f954c9340096beadc43a1a1d8 (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 |