SOURCES SOUGHT
83 -- REPLACEMENT AND INITIAL ISSUANCE OF HONEYWELL MORNING PRIDE� FIREFIGHTER TURNOUTS WITH NAMEPLATES - CNRSW
- Notice Date
- 9/2/2022 10:56:47 AM
- Notice Type
- Sources Sought
- NAICS
- 315990
— Apparel Accessories and Other Apparel Manufacturing
- Contracting Office
- NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
- ZIP Code
- 92136
- Solicitation Number
- N0024222RC013F1
- Response Due
- 9/7/2022 6:30:00 AM
- Point of Contact
- Jheanna Poblete, Phone: 6195565361
- E-Mail Address
-
jheanna.u.poblete@navy.mil
(jheanna.u.poblete@navy.mil)
- Description
- This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the NAVSUP Fleet Logistics Center (FLC) San Diego. The purpose of this sources sought notice is to identify qualified small business concerns including 8(a) Program, HUBZone Program, SDVOSB Program, or WOSB Program that are capable of providing requirements as specified below. FLC San Diego does not intend to award a contract on the basis of responses, nor otherwise pay for the preparation of any information submitted. Based on response/s to this notice, FLC San Diego will post a Request for Proposal no later than 15 SEPT 2022. The NAICS code is 315990 Apparel Accessories and Other Apparel Manufacturing and the Small Business Standard is 500. Requirement is for custom Honeywell Morning Pride� Firefighter Proximity and Structural Turnouts as stated on attached Statement of Work (SOW).� It is anticipated that a one time Fixed-Firm Price Contract � Requirements will be awarded no later than 29 September 2022. The proposed contract will be for twelve (12) month base. All interested parties may submit responses via electronic email to Jheanna Poblete, Contract Specialist; E-mail jheanna.u.poblete@navy.mil no later than 6:30am PST 07 September 2022. It is requested that all interested parties respond with a Capability Statement of a maximum of ten (10) pages on 8.5 x 11 in paper, font no smaller than 10 point, demonstrating ability to provide above requirements. The Capability Statement must address, at a minimum, the following. 1. Statement providing Company Name, Company Address, DUNS or Cage Code Number, Points of Contact (POC - include name, phone number, fax number, and e-mail address) and confirmation of current small business status under NAICS code 315990. 2. Prior/current corporate (past performance) experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, 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. Description of contractor�s technical capability, or potential approach, to achieving technical ability, to perform at least 51% of the delivery order with its own employees. � NOTE: Late and incomplete response will not be considered. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ad346883ec644c1494ba204109bd49b7/view)
- Place of Performance
- Address: CA, USA
- Country: USA
- Country: USA
- Record
- SN06452587-F 20220904/220902230130 (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 |