SOURCES SOUGHT
49 -- Sources Sought for Lube and Scavenge Test Stand
- Notice Date
- 8/26/2024 3:35:57 PM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
- ZIP Code
- 20670
- Solicitation Number
- N6852024RFPREQKN000000176SS
- Response Due
- 10/4/2024 1:30:00 PM
- Archive Date
- 10/19/2024
- Point of Contact
- Xeo Golding, Amanda Taylor
- E-Mail Address
-
xeo.a.golding.civ@us.navy.mil, amanda.j.taylor80.civ@us.navy.mil
(xeo.a.golding.civ@us.navy.mil, amanda.j.taylor80.civ@us.navy.mil)
- Description
- Sources Sought� �LUBE AND SCAVENGE TEST STAND The Commander, Fleet Readiness Center (COMFRC) Procurement Group (PG), in support of the Fleet Readiness Center Southwest (FRCSW), San Diego, CA intends purchase one (1) new Lube and Scavenge Test Stand, for the LM2500 Platform. Please see the DRAFT Statement of Work Statement (SOW) (Attachment 1) for the entire set of requirements.?� DISCLAIMER:?� ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SUBMIT A CAPABILITY STATEMENT. THE RESULTS OF THIS SOURCES SOUGHT WILL BE UTILIZED TO DETERMINE IF ANY SMALL BUSINSS SET-ASIDE OPPORTUNITIES EXIST. ALL SMALL BUSINESS SET-ASIDE CATEGORIES WILL BE CONSIDERED.?� 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY� The Government is seeking industry input to assist in identifying features and approaches to meet the general requirements described above.� Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this Sources Sought. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any resultant solicitation(s) will be released on the Procurement Integrated Enterprise Environment.� It is the responsibility of the potential offerors to monitor PIEE for additional information as the direct method of communication with the Government.� The solicitation is anticipated to be released at the end of FY25 Q1. Solicitation documentation may be export controlled and require the offeror to be registered via the Defense Logistics Agency�s Joint Certification Program (JCP). Offerors will be required to submit a DD 2345, Military Critical Technical Data Agreement.� Offerors who are not registered must be at the time of proposal and shall provide the DD 2345 before receiving necessary documents.� Instructions to access the JCP portal can be found here: www.dla.mil/Logistics-Operations/Services/JCP/DD2345Instructions/ PROGRAM BACKGROUND:?� FRCSW delivers top-tier support to Navy and Marine Corps tactical, logistical, and rotary-wing aircraft and their components. Leveraging state-of-the-art management systems, FRSCW ensures comprehensive maintenance for all aircraft and associated components, thereby ensuring peak operational performance. The new�Lube and Scavenge Test Stand (LASTS), are needed for the LM2500 Platform. This test stand is a specialized system used for testing components, assemblies, or systems under various conditions to evaluate their performance, durability, or functionality. The LASTS is specifically designed to check and test the�Depot Maintenance Interservice Support Agreements (DMISA) Lube and Scavenge Pump units in support of the LM2500 engine program at Fleet Readiness Center SouthWest (FRCSW). SUBMITTAL INFORMATION: (CAPABILITIES STATEMENT)??� Interested parties shall adhere to the following instructions for the submittal of their capabilities statements:� Page Limit and Format: Ten (10) 8.5 X 11-inch pages in Times New Roman font of not less than 10 point.?� Document Type: Microsoft Word or Adobe PDF.?� Delivery: Electronic submission within Sam.gov Sources Sought Notice.� Response date: Responses are due by 4:30 PM Eastern Standard Time (EST) on 10 September 2024.?� No classified information shall be submitted in response to this Sources Sought.?� No phone calls will be accepted.?� All Questions shall be submitted via email to the POC�s listed at the end of this notice.� All responses shall include:� �Sources Sought Notice name/number, Company Name.�� CAGE code.�� Unique Entity Identifier (UEI).� Company Address� Company Business Size Company Business Size: Large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern.� Points of Contact (POC), including names, phone numbers, and email addresses.?� All data received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Contractors should appropriately mark any data that is proprietary or has restricted data rights.� 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.� In addition to the above, the Government is requesting feedback on the draft SOW and CDRLs. If the Contractor has any questions about the requirement or areas that may need further definition, please identify those in the capability response. If feedback is submitted with the capability statement, the Contractor shall list specific paragraphs in the draft SOW and draft CDRL number to help in supporting the response. This feedback DOES NOT count against the page limitations for the capabilities statement and should be submitted as a separate file at the same time as the capabilities statement submission. The Government may or may not reach back out to the companies to discuss the feedback in depth.?� Responses to this Sources Sought, including any capability statements and communications regarding this solicitation, shall be electronically submitted via DoD SAFE. All respondents must request via email, to the below POCs, a DoD SAFE link seven (7) days prior to the closing date/time stated in this source sought.�� ANTICIPATED CONTRACT TYPE: The Government is employing this sources sought opportunity to conduct thorough market research regarding the acquisition of a new Lube and Scavenge Test Stand. Anticipated as a C-Type Firm-Fixed-Price (FFP) contract with FFP CLINs exclusively, this procurement is geared towards ensuring efficiency and cost predictability. REQUESTED INFORMATION:� All data received in response to this Sources Sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.� Capability statement packages should demonstrate the ability to perform the services listed in the attached SOW. This documentation must address, at a minimum, the following: Reference to the Notice ID number N6852024RFPREQKN000000176SS Title of the�draft�SOW being referenced.??� Statement�regarding capability to obtain the required industrial security clearances and/or base access for�personnel as required.� What specific technical skills does your company�possess which ensures capability to perform the draft SOW tasks?� Have you provided similar services to the Government or to Commercial entities?� If so, list and provide no more than two (2) examples from the past three (3) years that fall within the scope of the draft SOW to�demonstrate the Contractor has successfully performed and delivered. If a company is capable of some, but not the entire requirement stated in this Sources Sought Synopsis, please provide a response that explains the requirements for which you are capable and how you intend to overcome any deficiencies If the company will be teaming or�utilizing subcontracts, please include information�regarding which draft SOW paragraphs the subcontractor will�be responsible for and how the prime will�determine the subcontractor�is capable of�accomplishing the work.�� Vendors should appropriately mark any data that is proprietary or has restricted data rights.� If an Offeror finds itself not capable to perform all parts of the SOW, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontracts, please include information regarding which parts of the SOW the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. If the Offeror has any questions about the structure of the SOW, or areas that may need further definition, please identify those in the response; this will not count towards the page count.�� To assist in our market research and determination of any applicable small business set-aside for this effort, if Offeror is 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) Offeror intends to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that the Offeror 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.�� �� If the company finds itself not capable to perform all parts of the SOW, in addition to providing the Requested information (numbers 1-10 above) please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontracts, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. If Offeror has any questions about the structure of the SOW, or areas that may need further definition, please also identify those in the response.� In addition to the above, the Government is requesting feedback on the draft SOW, draft labor categories and associated Level of Effort, and draft estimated labor rates by labor category by locality. If there is any feedback on any of these documents, please include that within the capabilities statement submission. Specific details are requested to help in supporting the feedback. This feedback DOES NOT count against the page limitations for the capabilities statement and should be submitted as a separate file at the same time as the capabilities statement submission. The Government may or may not reach back out to the companies to discuss the feedback in depth.� Responses to this Sources Sought, including any capability statements and communications regarding this solicitation, shall be electronically submitted via DoD SAFE. All respondents must request via email, to the below POCs, a DoD SAFE link seven (7) days prior to the closing date/time stated in this sources sought. All responses must be sufficient in detail to permit agency analysis to establish bona fide capability to meet requirements. SITE VISIT� There will be a site visit to help Contractors understand the requirement. The site visit is not mandatory to submit a capabilities statement.�� The site visit will be on September 10, 2024. Please reach out to the Contract Specialist, Xeo Golding and the Contracting Officer, Amanda Taylor, by COB September 5, 2024, to arrange a visitor request with FRCSW.� Contact information is located at the bottom of this notice.��� The site agenda will be given to the Contractors once the Contract Specialist and Contracting Officer receive the request.��� In the request for the site visit the Contractor shall provide the following information:� Contractor Name� CAGE Code� Contractor Location� Contractor Size (Large/Small)� Attendee(s) (maximum 2)� Attendee(s) email(s) and phone number(s)� All Contractors must be at the front gate of NAS-NI by 0900 PDT. The address for the Main Gate at Naval Air Station North Island is: 300 Alameda Blvd., Coronado, CA, 92118.� ATTACHMENTS:?� The following documents are attached to this Sources Sought Notice:??� Draft Statement of Work (SOW)?� Draft Contract Data Requirements List (CDRLs)?� CONTRACT SPECIALIST� Name: Xeo Golding� Email: xeo.a.golding.civ@us.navy.mil� CONTRACTING OFFICER� Name: Amanda Taylor� Email: Amanda.j.taylor80.civ@us.navy.mil�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/710df9109521430da68abb81cc9b7003/view)
- Place of Performance
- Address: San Diego, CA, USA
- Country: USA
- Country: USA
- Record
- SN07186829-F 20240828/240826230129 (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 |