Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2020 SAM #6670
SOURCES SOUGHT

R -- HAZMAT Support Services

Notice Date
3/2/2020 1:43:26 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018920R0030
 
Response Due
3/16/2020 8:00:00 AM
 
Archive Date
03/16/2020
 
Point of Contact
Carlton Walton, Phone: 7574431390, Fax: 7574431424
 
E-Mail Address
carlton.walton@navy.mil
(carlton.walton@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Request for Information (RFI) / Sources Sought Notice � Pursuant to FAR clause 52.215-3 entitled �Request for Information or Solicitation for Planning Purposes,� this announcement constitutes a Sources Sought Notice for information and planning purposes for qualified and experienced sources to provide pilot services to aid in navigation support Commander Navy Region Mid-Atlantic�s (CNRMA) Port Operations Division.� This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. �It is not to be construed in any way as a commitment by the Government for any purpose other than to gain the information requested, nor will the Government pay for the information submitted in response. �Interested parties are encouraged to respond to this RFI/Sources Sought Notice. � Scope NAVSUP Fleet Logistics Center (FLC) Norfolk, Supply Management Department (SMD), Naval District Washington (NDW) requires contractor support services for HAZMAT support services at designated Navy Regional Consolidated HAZMAT Reutilization and Inventory Management Program (CHRIMP) Centers for the localities identified below:� Naval Air Station (NAS) Patuxent River, MD Naval Support Activity (NSA) Annapolis, MD Naval Support Facility (NSF) Dahlgren, VA Naval Support Facility (NSF) Indian Head, MD (Including Stump Neck Annex) Joint Base Anacostia-Bolling (JBAB), DC US Naval Observatory (Satellite Center of JBAB) Washington Navy Yard (Satellite Center of JBAB) NSF Carderock (Satellite Center of JBAB) NSF Arlington (Satellite Center of JBAB) NSF Suitland (Satellite Center of JBAB)������� NSA Bethesda (Satellite Center of JBAB) It is anticipated that the following sites may be added to the requirement at a later date: Naval Research Laboratory (Satellite Center of JBAB) Naval Support Facility (NSF) Thurmont (Satellite Center of JBAB) A DRAFT Performance Work Statement is provided containing further details. The Government may consider the award of a single-award contract as a result of the solicitation.� Any potential contract(s) resulting from this RFI/Sources Sought Notice is anticipated to be a firm-fixed-price (FFP), indefinite-delivery, indefinite-quantity (IDIQ)-type contract.� NAICS Code The NAICS code for this requirement is anticipated to be 561210, Facilities Support Services, with a size standard of $38.5 million. �The product service code (PSC) is R706, Logistics Support Services. Period of Performance Performance is estimated to commence around 27 September 2020.� The period of performance is anticipated to consist of a five-year ordering period and may include FAR clause 52.217-8, Option to Extend Services, to provide for an additional six months of performance. Capabilities Statement This is a market research tool. �The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses.� If you are an interested business, NAVSUP FLC Norfolk appreciates your assistance in providing a capabilities statement addressing all the items below. �Please limit your responses to the information being requested only.� Standard company brochures will not be reviewed. �Submissions are not to exceed fifteen standard typewritten pages. �Any technical questions and inquiries may be submitted within the response. 1. �Full business name, address, point of contact, telephone number, and e-mail address 2. �Contractor and Government Entity (CAGE) code 3. �Size of business:� Large Business, Small Business, Small Disadvantaged, 8(a), HUBZone, Woman-owned, Service Disabled Veteran-Owned, or other category 4. �If the items can be obtained from an existing Government contract vehicle, to include GSA or SeaPort-e, provide the applicable contract number. 5. �Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor.� If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large business subcontractor will be used. 6.� Please address the following questions in your response. �Documentation of technical expertise and qualifications must be presented in sufficient detail for the Government to determine that your company possesses the necessary capabilities contained in this notice. 6.a. �Describe your ability to support the scope of the requirement listed in this notice and in the provided draft PWS.� Please provide a brief statement clearly identifying your company�s understanding of the PWS. 6.b.� How will you approach this requirement?� Please describe the tools, methodologies, and personnel you will deploy to accomplish the Navy�s objectives. 6.c.� This effort requires trained, qualified, certified or licensed personnel under the requirements specified in Table 5 of the PWS.� The Contractor shall maintain records of training qualifications, certifications and licenses on each employee for the duration of their employment and provide documentation to the COR/ACOR on the first day of Full Contract Performance and on the first day of each Option Year (if exercised).� Records shall be made available to the COR/ACOR or any Regulatory Agency Representative upon request.� Please state your ability to comply with this requirement. 6.d.� The current NAICS code identified for this effort is 561210, Facilities Support Services, with a size standard of $38.5 million.� Do you suggest any other NAICS code(s) for the services identified in the PWS? 6.e.� If applicable, please provide a brief description of contracts performing work of similar size, scope, complexity, and magnitude.� Include your company�s role (e.g., prime, subcontractor, or teaming arrangement), along with cost, duration, and contract number, and describe successes and lessons learned, and any other relevant information deemed applicable. Submission Responses should be limited to no more than fifteen standard typewritten pages.� Reponses should reference NAVSUP FLC SMD NDW HAZMAT Support Services and shall be submitted by e-mail to Carlton Walton at carlton.walton@navy.mil by 11:00 a.m. Eastern time on 16 March 2020. Again, this is not a request for proposals.� Respondents will not be notified of any results. �Please note that the information within this RFI/Sources Sought Notice may be updated and/or may change prior to an official solicitation, if any, is issued.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/174c0b27b86c4a21ac0193daf9df1ad1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05577509-F 20200304/200302230208 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.