SOURCES SOUGHT
V -- Harbor Pilot Services, Naval Weapons Station, Seal Beach, CA.
- Notice Date
- 7/23/2019
- Notice Type
- Synopsis
- NAICS
- 488330
— Navigational Services to Shipping
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
- ZIP Code
- 90740
- Solicitation Number
- N0024419R1000
- Response Due
- 8/6/2019
- Archive Date
- 8/7/2019
- Point of Contact
- Gloria Quintero, Gloria.quintero@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- NAVSUP FLC San Diego in connection with the Commander, Navy Region West, Port Operations is seeking capability statements from potential small business sources (all classifications) to provide Harbor Pilot Services for Naval Weapon Station Seal Beach, Seal Beach, CA in accordance with Department of Defense (DOD), Navy, and local regulations. These services are for the safe movements of all U.S. military vessels, lighters, barges, floating cranes and target ships under tow or self-propelled within NWSSB harbor. All contractor Harbor Pilots shall have a current Masters License with First Class Pilot Endorsement of Anaheim Bay from the United States Coast Guard (USCG). The anticipated performance period will span five (5) years and possibly six (6) months from the date of award, if all options are exercised. The anticipated award date is Sep 2019. It is anticipated that the Request for Proposal (RFP) will be posted on or about 15 Aug 2019. The resulting contract is anticipated to be Firm Fixed Price. This Sources Sought is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. It is requested all interested concerns respond with a Capability Statement of a maximum of ten (10) pages, demonstrating its ability to perform the services listed in the draft PWS. The results of this Sources Sought will be utilized to determine if small business opportunities exist and also to gauge competitiveness for the upcoming solicitation. See attached draft PWS. All interested businesses shall submit responses via seaport-e electronic email only to the attention of Gloria Quintero, Contracting Specialist, at gloria.quintero@navy.mil. Questions or comments prior to the closing date may be addressed directly to the Contract Specialist via email, (No phone calls will be accepted). Responses shall be received electronically via email no later than 1600 Pacific on 06 Aug 2019. Late responses will not be considered. Jacobsen Pilot is the current contractor, contract number N00244-16N00244-15-D-0002. The Capability Statement must address, at a minimum, the following: 1. Statement providing Company Name, Company Address, Seaport-e contract number, Points of Contact (POC) including name, phone number, fax number, e-mail address and confirmation of current small business status under NAICS code 488330. 2) Prior/current corporate (past performance) experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indicate either prime or subcontractor for each effort, contract values, hours/dollars incurred to date, Government point of contact with current telephone number and email address and brief description of how the referenced contract relates to the services described herein. 3) The contractor s ability to manage, as a prime contractor, the types and magnitude of all taskings in the PWS. 4) For Small Business concerns, the contractor s technical capability, or potential approach, to achieving technical ability, to perform at least 51% of the price of the Order with its own employees. 5) The contractor s technical approach and capacity, or the potential approach to achieving capacity, to conduct the requirements of the draft PWS. 6) The contractor s proposed Transition Plan explaining its ability to begin performance on the award in Feb 2019 (if it were the awardee). Incomplete responses will not be considered. Attachments: (1) Draft Performance Work Statement (PWS) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-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/spg/DON/NAVSUP/280/N0024419R1000/listing.html)
- Place of Performance
- Address: 800 Seal Beach Blvd., , Seal Beach, CA
- Zip Code: 92740
- Country: US
- Zip Code: 92740
- Record
- SN05378288-F 20190725/190723230021 (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 |