Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2019 FBO #6377
SOURCES SOUGHT

R -- Tools and Parts Attendant support services for Commander Navy Region Mid-Atlantic Port Operations Hampton Roads, Repair Division.

Notice Date
5/8/2019
 
Notice Type
Synopsis
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
23511
 
Solicitation Number
N0018919TBD01
 
Response Due
5/14/2019
 
Archive Date
10/1/2019
 
Point of Contact
addison.page@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Subject to FAR Clause 52.215-3, titled Request for Information or Solicitation for Planning Purposes, this announcement constitutes a sources sought synopsis for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. This sources sought notice is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. BACKGROUND, SCOPE, AND CAPABILITY REQUIREMENTS The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive a contract vehicle to provide logistics support services ranging from inventory and management of consumable repair parts, maintaining tool inventory and manage the Weight Handling Equipment (WHE) program to ensure that equipment is weight test certified and ready for use. The anticipated period of performance for this contract is a twelve (12) month base year plus two (2) twelve (12) month option periods. A DRAFT Performance Work Statement (PWS) is posted in conjunction with this Sources Sought Notice. The NAICS code for this requirement is 561210 and the size standard is $38.5 million. The Government has not yet determined whether an existing strategically sourced vehicle will be used to satisfy this requirement. If it is determined to be in the best interest of the Government to utilize SeaPort-e, then the applicable NAICS code and size standard will be 541330, Engineering Services and $15.0 million. Respondents should provide their business size in both potential NAICS. Responses to this Sources Sought Notice shall include the following information in this format: 1. Company name, address, point of contact name, phone number, and email address. 2. Company Size (Small Business, Woman Owned Small Business, Service Disabled Veteran Owned Small Business, Economically Disadvantaged Small Business, etc) 3. Contractor and Government Entity (CAGE) Code. 4. Other Government vehicles (contracts) that may issue orders for the required services. (ie. GSA GWAC, GBS, etc.). If the services can be solicited from a GSA GWAC, please provide the following information: A. GSA contract number; B. Contract period of performance to include all options; C. List of labor categories applicable to the contract. If the services can be solicited from SeaPort-e, please provide the following information: A. SeaPort contract number; B. Contract period of performance to include all options C. List of labor categories applicable to contract. 5. An estimated Rough Order of Magnitude (ROM) broken down by the twelve (12) month base year plus the two (2) twelve (12) month option periods. 6. Statement as to whether the business is actively registered in System for Award Management (www.sam.gov) 7. Capability statement displaying the contractor s ability to provide the minimum requirements to include past performance. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in the past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. 8. Please include any questions or concerns you have in regards to this requirement. 9. Include any other supporting documentation. Submissions are to be no more than 10 pages and no less than 12 point font. Responses should be emailed to addison.page@navy.mil by 09:00AM EST on 14 May, 2019. Again, this is not a request for a proposal. Respondents will not be notified the results and the Government is not required to answer any questions submitted in regards to this sources sought notice. Please note the information within this sources sought notice will be updated and/or may change prior to an official synopsis/solicitation, if any. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018919TBD01/listing.html)
 
Place of Performance
Address: Norfolk Naval Base, Norfolk, VA
Zip Code: 23511
Country: US
 
Record
SN05304965-F 20190510/190508230019 (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.