SOURCES SOUGHT
J -- Meltio Haas VF-1 Maintenance, training and support
- Notice Date
- 8/5/2024 9:56:29 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
- ZIP Code
- 20670
- Solicitation Number
- N6852024RFPREQ0015
- Response Due
- 8/21/2024 2:00:00 PM
- Archive Date
- 09/05/2024
- Point of Contact
- Jeanette GAUTHIER, Phone: 3012471824, Meghan Huett
- E-Mail Address
-
jeanette.gauthier.civ@us.navy.mil, meghan.e.huett.civ@us.navy.mil
(jeanette.gauthier.civ@us.navy.mil, meghan.e.huett.civ@us.navy.mil)
- Description
- 1.0 INTRODUCTION The Commander Fleet Readiness Center (COMFRC) has a requirement supporting the Additive Manufacturing Group at Naval Air Systems Command (NAVAIR) for preventative maintenance, training and supplies for a Meltios Haas VF-1 Laser Disposition system. There is one exclusive North American distributor, Phillips Corporation in Hanover, MD. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811310. This SOURCES SOUGHT notice is a market research tool to identify potential and eligible companies, of all sizes, who have the technical capability to provide the required products/services inclusive of preventative maintenance, consumable parts, repair parts, training and technical support, prior to determining the method of acquisition and issuance of a solicitation. �The results of this Sources Sought will also be utilized to determine if any Small Business Set-aside opportunities exist.� The following documents are attached to this Sources Sought Notice: Attachments:������������������������������� DRAFT Statement of Work � The following dates are anticipated time frames associated with this requirement: Estimated RFQ Release:����������� 4th Quarter 2024 Estimated Award:���������������������� 1st Quarter 2024 � 2. 0 DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY. 3.0 ANTICIPATED CONTRACT TYPE: The Government anticipates this contract will be a single award, base plus 4 year option period contract, with Firm Fixed Price (FFP) and Time and Material (T&M) CLINs. 4.0 SPECIAL REQUIREMENTS To meet this requirement the potential offeror must be an authorized service provider for the Meltio Haas VF-1 Laser Disposition system and be able to provide software updates/upgrades� for the Meltios Haas VF-1 Laser Disposition system. 5.0 ELIGIBILITY The anticipated 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 $13M. The anticipated product service code (PSC) is J036 (Maint/Repair/Rebuild of Equipment�Special Industry Machinery) Note:�� FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance.� Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice in order to assist the Government�s capability determination. 6.0 SUBMISSION REQUIREMENTS Interested parties shall submit a document outlining their capabilities in meeting the requirements in the attached Draft Statement of Work as well as the special requirements as outline in paragraph 4.0 of this Sources Sought Notice. The response to this Sources Sought will aid the Government in determining whether a company is capable in performing the requirement, so it is important to address these areas with specific details: 1) All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including names, phone numbers, and email addresses. 2) All responses shall include a tailored capability statement, addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. The capability statement shall be limited to ten (10) 8.5x11 inch pages in Times New Roman font no less than 10 point. 3) All responses shall include Original Equipment Manufacturer�s authorization to sell and support the equipment. 4) If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this SOW. Similarly situated small businesses may team together to meet the 50% requirement. If your company is planning to team with a similarly situated small business, the response must clearly identify the proposed team members and the capability statement must clearly articulate which portion of the work each team member will be responsible for. The response must be detailed enough for the Government to make a determination whether or not the proposed team will be able to perform 50% of the work when combined.� 5) All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. 6) Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice. 7.0 SUBMISSION INSTRUCTIONS Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 21 August 2024. All responses under this Sources Sought Notice must be emailed to meghan.e.huett.civ@us.navy.mil and jeanette.gauthier.civ@us.navy.mil. No classified information shall be submitted in response to this Sources Sought.� No phone calls will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0d52df3b51ce406e95a0744069eb210e/view)
- Place of Performance
- Address: Patuxent River, MD, USA
- Country: USA
- Country: USA
- Record
- SN07157113-F 20240807/240805230123 (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 |