Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2025 SAM #8523
SOURCES SOUGHT

W -- Generator Rental 1000KW or greater

Notice Date
3/26/2025 2:28:44 PM
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008525Q2513
 
Response Due
4/8/2025 11:00:00 AM
 
Archive Date
08/15/2025
 
Point of Contact
Susan Roberts, Phone: 7573410091
 
E-Mail Address
susan.roberts2@navy.mil
(susan.roberts2@navy.mil)
 
Description
N4008525Q2513 THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of businesses. Naval Facilities Engineering Systems Command, (NAVFAC) Mid-Atlantic is seeking businesses to include Small Businesses, Small Disadvantaged Businesses, Women Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, certified 8(a) Businesses, and Large Businesses with current relevant qualifications, experience, personnel and capability to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government. The Contractor shall provide all labor, management, supervision, tools, materials and equipment and other items necessary to provide the rental of five (5) 1000KW or greater output, diesel generators for which the Contractor shall deliver to the Government when requested by the Contracting Officer, or his/her authorized representative. A firm fixed-price contract is anticipated. The total agreement term including the exercise of any options, shall not exceed 60 months. The Lowest Priced Technically Acceptable (LPTA) procedures will be used to evaluate and select the proposal that is most advantageous to the Government. The LPTA process is selected as appropriate for this acquisition because the best value is expected to result from the selection of the technically acceptable proposal with the lowest evaluated price. General Work Requirements: NAVFAC MIDLANT PWD Norfolk requires five (5) 1000KW or greater output diesel generators in support fleet operations. These generators will be in direct support of COMSUBRON6. Rentals shall be provided to/but not limited to Naval Station, Norfolk. See attached Performance Work Statement for further details related to this requirement. All size businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. All qualified firms are encouraged to respond. The appropriate NAICS Code is 532490. Small business size standard is $40 million. It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following: (1) Examples of similar contracts performed within the last five years. Knowledge of the state regulations within the Area of Responsibility. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. (2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, DUNS number, and CAGE Code. (3) Please indicate if you are a Large Business, Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Business. (4) In order to assist us in determining the geographic boundaries of the contract(s) necessary to cover the services of the proposed requirement within our AOR, please identify the geographic area in which you can operate in an efficient and economical manner. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company�s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice shall be submitted electronically to susan.c.roberts4.civ@us.navy.mil. Responses must be received no later than 2:00 PM Eastern Standard Time on 08 April 2025. Questions regarding this sources sought notice may be emailed to Susan C. Roberts at susan.c.roberts4.civ@us.navy.mil or via telephone at (757) 341-0091.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ba29d2e7e3244fbdb2049591741e0fd2/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN07387610-F 20250328/250326230100 (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.