Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2020 SAM #6797
SOURCES SOUGHT

J -- J--HYPERBARIC SYSTEMS SUPPORT SERVICES FOR NAVFAC EXWC

Notice Date
7/7/2020 11:52:07 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVAL FACILITIES ENGINEERING AND PORT HUENEME CA 93043-4301 USA
 
ZIP Code
93043-4301
 
Solicitation Number
ACQ5791689
 
Response Due
7/22/2020 3:00:00 PM
 
Archive Date
07/23/2020
 
Point of Contact
Alla Synnes, Phone: 8059823667, Sal Vargas, Phone: 8059822565
 
E-Mail Address
alla.synnes@navy.mil, salvador.r.vargas1@navy.mil
(alla.synnes@navy.mil, salvador.r.vargas1@navy.mil)
 
Description
����������� This is a Sources Sought Notice for the purpose of conducting a market survey for written information only. This is NOT a solicitation announcement for proposals and no contract will be awarded from this announcement. The Government will not reimburse any costs associated with providing information in response to this notice or any costs associated with requests for follow-up information. ����������� The Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), Port Hueneme, CA, is seeking qualified contractors with relevant experience and capability for Hyperbaric Systems Support Services. The purpose of this notice is to seek qualified potential sources and obtain qualification statements from interested sources for performing the work described herein. ����������� This is a contract for Hyperbaric Systems Support that will include services in support of various shore based hyperbaric facilities including recompression chamber facilities, diver training facilities, escape trainer facilities, hyperbaric medical facilities, surface supplied diving facilities, and dive lockers.� The tasking may include technical support in the following general areas: Hyperbaric Systems Fabrication and installation; Hyperbaric Systems Overhauls; and Pressure Vessel for Human Occupancy Fabrication. The hyperbaric systems services in support of projects involving various shore-based hyperbaric systems. The work will be performed in environments ranging from arctic to tropic and at all shore-based locations where installation, maintenance, inspection, repair, and overhaul operations may be needed to support NAVFAC EXWC customers. ����������� The Ocean Facilities Department of the Naval Engineering and Expeditionary Warfare Center (EXWC) is the Navy�s technical center of expertise for shore-based hyperbaric systems design and engineering.� The Ashore Hyperbaric and Diving System product group conducts development, fabrication, test, evaluation, inspection, maintenance and repair in the following technical areas: Overhaul of Hyperbaric Systems; �������� Recompression Chamber Facilities; High Pressure Charging Systems; ������ Surface Supplied Diving Facilities; Escape Trainer Facilities; Hyperbaric Medical Facilities. ���������� In order to successfully perform the requirements of this contract, the contractor will require the following skills, abilities, and facilities to: To perform cleaning and inspection in accordance with Mil-STD-1330D, which requires a certified clean room. To store and maintain materials, which requires facilities to store contract materials separate from other work areas. To perform Quality Control to maintain configuration control over complex systems. To perform piping welding in accordance with the standards of American Society of Mechanical Engineers (ASME B31.1) To produce drawing in AutoCAD 2010 or higher To support performance of re-entry control procedures IAW US Navy Dive Manual To provide Non-Destructive Testing in accordance with ASME V. To have capabilities to work globally. ����������� All interested sources are requested to complete the attached Sources Sought Information Sheet. The specific information NAVFAC EXWC seeks at this time are as follows: 1. Name, brief description of company, and company�s technical capability. The capability statement shall not exceed three pages and shall succinctly describe the company�s ability to fulfill the requirements described. 2. Company�s relevant experience. Information on relevant experience shall not exceed two pages. Discuss the company�s experience within the previous 5 years providing the type of services described, whether as a prime or subcontractor, and include the contracting agency and brief description of the contract scope of work and capability to work globally (CONUS and OCONUS). 3. Current security clearance level held or company�s eligibility status for obtaining a security clearance. ����������� It is anticipated that the primary North American Industry Classification System (NAICS) Code for this requirement is 811310 -- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a size standard of $7.5 million. All interested sources shall specify their business size standard. In addition, small business concerns shall also specify their small business socio-economic category (ies). ���������� Please respond to this Source Sought Notice via electronic mail (e-mail) to: Alla Synnes (alla.synnes@navy.mil) by�22 July 2020 at 1500 Pacific Standard Time. Please title your E-mail subject line: ""CONTRA20D2022 SOURCES SOUGHT.� Responses received after the deadline or without the required information will not be considered. ����������� Since this is a Sources Sought Notice, no debrief, evaluation letters, and/or results shall be issued to participants. No reimbursement shall be made for any costs associated with providing information in response to this announcement or any requests for follow-up information. This notice shall not be construed as a commitment by the Government for any purpose other than market research. Respondents shall not be notified with the results of the research. ����������� All data in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. After review of the responses, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published on beta.sam.gov. ����������� No telephone calls shall be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the integrity of a future procurement, if any, that may arise from this notice, the information regarding the technical point of contact shall not be provided, and appointments for presentations will not be made.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2a7044a01bbc4dc2b6b0510311999c75/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN05713977-F 20200709/200707230155 (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.