Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2025 SAM #8514
SOURCES SOUGHT

42 -- Non-Refillable Puncture-Type CO2 Cartridges

Notice Date
3/17/2025 8:51:06 AM
 
Notice Type
Sources Sought
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018925CO2
 
Response Due
3/20/2025 10:00:00 AM
 
Archive Date
04/04/2025
 
Point of Contact
Ethan Othersen
 
E-Mail Address
ethan.t.othersen.civ@us.navy.mil
(ethan.t.othersen.civ@us.navy.mil)
 
Description
This announcement constitutes a Sources Sought Notice (SSN) for information and planning purposes � it does not constitute a Request for Proposal (RFP) or Request for Quote (RFQ) or a promise to issue an RFP or RFQ in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party�s expense. Not responding to this notice does not preclude participation in any future RFP/RFQ, if any is issued. It is the responsibility of the potential offerors/quoters to monitor SAM for additional information pertaining to this requirement. 1. Description The Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Contracting Department, Philadelphia Office is seeking to identify qualified sources for a contract vehicle that will provide approximately 82,500 (500 cases of 165 cartridges each) non-refillable, puncture-type CO2 cartridges used for demonstration and execution of life preserver units (LPU) for the Navy Survival Training Institute (NSTI), as defined in the attached draft Statement of Work. 2. Requirements The anticipated North American Industry Classification System (NAICS) code for this requirement is 325120 � Industrial Gas Manufacturing, with the Small Business Size Standard of 1,200 employees. The anticipated Product/Service Code (PSC) for this requirement is 4220 � Marine Lifesaving and Diving Equipment. The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. 3. Requested Information It is requested that interested parties respond to this posting no later than 1300 EST on Thursday, 20 March 2025 via email to ethan.t.othersen.civ@us.navy.mil. Responses are not to exceed three (3) typewritten pages in a searchable �PDF� file, 8.5 X 11 paper with a minimum 12 point font size (tables and graphics may be 10-point font). The page limit is inclusive of the cover sheet. Responses to this Sources Sought request should reference N0018925CO2 and shall include the following information in this format: A) Cover Sheet that includes: Company name, address, point of contact name, phone number, and email address. Contractor and Government Entity (CAGE) Code. If the respondent is a GSA contract holder and the required CO2 cartridges are on their respective schedule, provide the applicable GSA contract number. Size of business � Large Business, Small Business, Small Disadvantaged, 8(a), HubZone, Women-owned, and/or Service-disabled Veteran-owned B) Capability statement displaying the contractor�s experience and ability to furnish approximately 82,500 non-refillable, puncture-type CO2 cartridges. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and resources to compete for this acquisition. Standard company brochures will not be reviewed. 4. Summary Again, this is not a Request for Proposals. THIS IS A SOURCES SOUGHT NOTICE ONLY to identify potential sources capable of providing the supplies. Respondents will not be notified of the results. Please note the information within this Sources Sought Notice will be updated and/or may change prior to official synopsis/solicitation, if any is issued. The Navy has not made a commitment to procure any of the items discussed, and release of this notice should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/57023f3cc53d4af5b1cafe78a77f086b/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN07375126-F 20250319/250317230046 (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.