SOURCES SOUGHT
54 -- Portable Accommodation Modules
- Notice Date
- 5/16/2022 8:01:16 PM
- Notice Type
- Sources Sought
- NAICS
- 33231
—
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N00189PAM
- Response Due
- 5/19/2022 7:00:00 AM
- Point of Contact
- Ricardo Lopez
- E-Mail Address
-
ricardo.a.lopez38.civ@us.navy.mil
(ricardo.a.lopez38.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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 American Bureau of Shipping (ABS) approved Portable Accommodation Modules (PAM). This is not a solicitation announcement for quotes 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 are commercial items as defined in FAR 2.101.� Interested parties are encouraged to respond to this RFI/Sources Sought Notice. Draft Requirement: 1. Two Portable Accommodations Modules (PAM) capable of housing 12 persons each. The PAM shall be designed to the requirements of ABS Guide for Portable Accommodation Modules and be certified for use on the main deck of an OSV of this size and service. ABS Certification to be supplied with PAM. Each PAM shall be certified and furnished for occupancy by 12 persons. Each PAM shall have a footprint of 12 feet by 40 feet. Each PAM should be capable of having a second PAM stacked on top. Each PAM shall have the access doors on the ends vice the sides. It is desirable that each PAM have any protruding HVAC equipment on the aft end and the power, water, greywater, and blackwater connections on the FWD end. 2. Operations and maintenance documentation with parts lists and unlimited rights to reproduce for the purposes of maintaining the purchased hardware in the following form: a. Two hard copies b. Digital copy (pdf) 3. Technical Data Package containing �form, fit, and function data,� as well as data necessary for operation, maintenance, installation, and training of the purchased hardware, in accordance with DFARS clause 252.227-7015(b)(1), including, but not limited to, the following: a. Engineering analyses and documentation demonstrating conformance to ABS requirements. b. Detailed assembly drawings identifying and dimensioning interface connections in PDF and AutoCAD compatible formats. i. Front, right, rear, left, and top views ii. Electrical schematics iii. Piping schematics iv. Foundation interface drawings 4) Component Warranty Any potential contract resulting from this RFI/Sources Sought Notice is anticipated to be Firm-Fixed Price. See the draft performance work statement (PWS) posted with this notice for additional details. NAICS Code The NAICS Code for this requirement is anticipated to be 33231 and the Size Standard is 500 employees. � 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 two standard typewritten pages.� All technical questions and inquiries may be submitted within the response. Full business name, address, point of contact, telephone number, and e-mail address Contractor and Government Entity (CAGE) code Size of business:� Large Business, Small Business, Small Disadvantaged, 8(a), HubZone, Woman-owned, Service Disabled Veteran-Owned, or other category If the items can be obtained from a GSA or SeaPort-e contract vehicle, provide the applicable contract number. Describe your ability to support the scope of the requirement listed in this notice.� 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. Responses to this notice must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed two (2) typewritten pages in no less than 12 font size. Submission Responses shall be emailed to Ricardo Lopez at ricardo.a.lopez38.civ@us.navy.mil �by 1000 EDT on 19 May 2022.� Response received after this time and date will not be reviewed. Again, this is not a request for quote.� Respondents will not be notified of the results. �Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. Again, this is not a request for quote.� 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://sam.gov/opp/23772433d0804f748536401e90599de9/view)
- Place of Performance
- Address: Norfolk, VA, USA
- Country: USA
- Country: USA
- Record
- SN06328676-F 20220518/220516230105 (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 |