Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2019 FBO #6442
SOURCES SOUGHT

N -- Design and Installation of Waterside Security Barriers in San Diego for National Shipyard Service Company, BAE Systems Maritime and Huntington Ingalls Industries

Notice Date
7/12/2019
 
Notice Type
Synopsis
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
 
ZIP Code
93043
 
Solicitation Number
N3943019RSWRM
 
Response Due
7/26/2019
 
Archive Date
8/10/2019
 
Point of Contact
Andrew Harris 805 982 2764
 
Small Business Set-Aside
N/A
 
Description
NAVAL FACILITIES ENGINEERING COMMAND ENGINEERING AND EXPEDITIONARY WARFARE CENTER SOURCES SOUGHT NOTICE Document Type: Sources Sought Notice Title: Design and Installation of Waterside Security Barriers in San Diego for National Shipyard Service Company, BAE Systems Maritime and Huntington Ingalls Industries. Sources Sought Post Date: 12 Jul 2019 Sources Sought Response Date: 26 Jul 2019 NAICS Code: 488310 Product Service Code: Z2PZ 1.0 Introduction Naval Facilities Engineering and Expeditionary Warfare Center requires a detailed design and installation, under a single contract, of Waterside Security Barrier (WSB) systems at three commercial shipyards located in San Diego Bay. The basic contract would be for the engineering design of the waterfront barrier systems and installation of the WSB systems in accordance with the submitted design. This includes the training of personnel for maintenance and operation of the new WSB systems. The commercial shipyards in San Diego Bay at which WSBs would be installed are: 1) General Dynamics (NASSCO) 2) BAE Systems Inc. 3) Huntington-Ingalls Industries (HII) There is no solicitation at this time. This Sources Sought Notice (SSN) does not constitute a request for proposals. Submission of any information in response to this notice is purely voluntary. The Government assumes no financial responsibility for costs incurred. This notice shall not be construed as a commitment by the Government to execute a requirement. The Government will not pay for effort expended in responding to this notice. A draft Performance Work Statement is attached to this notice. 2.0 SOURCES SOUGHT This SSN is for information and planning purposes only and shall NOT be construed as a solicitation or as an obligation on the part of the Government. This notice does not obligate the Government to award a contract or otherwise pay for information provided in a response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any concern responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the concern s qualifications to perform the work. 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. The Government reserves the right to use any non-proprietary technical information in resultant solicitation(s). 3.0 CAPABILITY STATEMENTS All interested firms having the experience, skills and capabilities are requested to provide a capability statement not to exceed ten pages (five double-sided pages) in Times New Roman 12-pitch font, formatted to fit an 8.5 x 11 sheet that include the following information. a. Company name, address, point of contact name, telephone, and email address. b. CAGE Code and DUNS Number. c. Business size status (business size/socio-economic category must be submitted to be used). d. Identify existing contract vehicles and contract numbers your company has been awarded under NAICS 488310, entitled, Port and Harbor Operations. e. Recommended/suggested NAICS codes for this effort. f. Narrative that describing how the company qualifies for the below capability: Capability: Summarize your corporate (and/or sub-contractor) capabilities and experience in the design, fabrication and installation of a WSB system that meets the requirements of the attached draft performance work statement. For Design: This includes the capability to qualify the WSB design by a combination of: 1) certified dynamic tests; 2) reliable and sufficient test data with extrapolations to the required kinetic energy levels and environmental loads using acceptable engineering basis. For Installation: This includes the capability to manage, fabricate and install the qualified WSB design at the San Diego sites which will meet requirements of both the Government and the commercial shipyards. 4.0 SUBMISSION INSTRUCTIONS All responses to this Sources Sought Notice must be submitted electronically to Keith Garascia, Contracting Officer at keith.garascia@navy.mil. The subject of the email must be titled Sources Sought: Design and Installation of Waterside Security Barriers in San Diego for National Shipyard Service Company, BAE Systems Maritime and Huntington Ingalls Industries. To facilitate a timely and comprehensive review of all submitted responses, firms must respond using the format requested in this Notice. Any deviation from this format may lead to the rejection of the response. Capability statement responses to this sources sought notice are due no later than 1600 Pacific Time on Friday, 26 July 2019. Responses received after this date and time may not be considered. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-JUL-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/notices/fe81acebf3c3a7fb0680d10ebbfa8591)
 
Place of Performance
Address: NAVFAC EXWC 1100 23rd Avenue, Port Hueneme, CA
Zip Code: 93043
Country: US
 
Record
SN05368237-F 20190714/190712230024 (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.