Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2020 SAM #6729
SOURCES SOUGHT

R -- INSURV Logistician and Writer/Recorder services

Notice Date
4/30/2020 10:09:44 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N6302320RC003RC
 
Response Due
5/7/2020 7:00:00 AM
 
Archive Date
05/22/2020
 
Point of Contact
Tito Getalla, Phone: 757 443 1944, Edwin Roberts, Phone: 7574431439
 
E-Mail Address
tito.getalla@navy.mil, edwin.c.roberts@navy.mil
(tito.getalla@navy.mil, edwin.c.roberts@navy.mil)
 
Description
Request for Information (RFI) / Sources Sought Notice Subject 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 Logistician and Writer/Recorder services in support of United States Fleet Forces Command. �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. �The Government has determined that these supplies and services are commercial items as defined in FAR 2.101. �Interested parties are encouraged to respond to this RFI/Sources Sought Notice. �Scope The primary objective of this requirement is to provide USFFC with Logistician and Writer/Recorder services for Board of Inspection and Survey (INSURV)�s mission of keeping higher authority informed of the material condition of the operating forces through appropriately scheduled ship inspections. The contractor shall provide performance-based non-personal services, facilities, equipment, and other resources necessary to accomplish operational and program support efforts assigned under the Performance Work Statement. The product developed with these operational and program support will not only enable the Board of Inspection and Survey to comply with Title 10 responsibilities of minimal notice inspections, but also assist the CNO and various Fleet stakeholders in cost-effectively maintaining adequate levels of material readiness throughout the expected service life of the Fleet. Any potential contract resulting from this RFI/Sources Sought Notice is anticipated to be a Firm-Fixed-Price (FFP) task order. See the draft Performance Work Statement (PWS) posted with this notice for additional details. Place of Performance (Site Locations) Primary place of performance is Norfolk, Virginia. However, travel in support of PWS is required. This is a new requirement. Period of Performance Performance is estimated to commence around�24 Aug 2020. The anticipated period of performance will include a 12-month base and two 12-month options. 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, FLCN appreciates your assistance in providing a capabilities statement addressing the items below. �Standard company brochures will not be reviewed. �Submissions are not to exceed four standard typewritten pages. �All 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 a GSA or SeaPort-e contract vehicle, provide the applicable contract number. 5. �Describe your ability to support the scope of the requirement listed in this notice and in the provided draft PWS. �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. �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 businesses will be used. 7.� A draft PWS is provided.� Please provide any additional feedback you feel is relevant related to the draft PWS and procurement strategy.� Please submit any questions you have regarding this RFI / Sources Sought Notice and the draft PWS. Submission Responses should be limited to no more than four standard typewritten pages.� Reponses should reference Logistician, Writer, and Recorder services and shall be submitted through the SeaPort NxG portal or by e-mail to Tito Getalla at tito.getalla@navy.mil by 10:00 a.m. Eastern time on 07 May 2020. Again, this is not a request for proposals.� Respondents will not be notified of the 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/26bfe08aa49948c6b619432c67ac9196/view)
 
Place of Performance
Address: Virginia Beach, VA 23459, USA
Zip Code: 23459
Country: USA
 
Record
SN05641991-F 20200502/200430230149 (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.