Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 25, 2025 SAM #8704
SOURCES SOUGHT

H -- Non-Destructive Testing (NDT) Inspection and Evaluation Services

Notice Date
9/23/2025 1:51:43 PM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
20250005982
 
Response Due
10/3/2025 3:00:00 PM
 
Archive Date
10/18/2025
 
Point of Contact
Jennifer Stevens
 
E-Mail Address
jennifer.k.stevens7.civ@us.navy.mil
(jennifer.k.stevens7.civ@us.navy.mil)
 
Description
Surface Warfare Schools Command (SWSC) is conducting a market survey to determine the interest and capability of Industry to participate in a competitive acquisition of services in support of Navy Advanced Welding School Non-Destructive Testing (NDT) Inspection and Evaluation Services. PLACE OF PERFORMANCE: Navy Advanced Welding School Non-Destructive Testing items shall be picked up and results returned to Naval Base, San Diego (NBSD), Building 3418, Room 206. Navy Advanced Welding School Non-Destructive Testing shall be performed at the contractor's site. The contractor is responsible for picking up Navy Advanced Welding School projects requiring Non-Destructive Testing (NDT) every Monday, Wednesday, and Friday during regular business hours. NDT results for submitted projects must be delivered to Naval Base San Diego (NBSD), Building 3418, Room 206 within 48 hours. If physical results cannot be delivered within this timeframe, verbal results must be provided at a minimum to prevent delays or setbacks for students awaiting the final test results. NDT will be performed at the contractor's facility. The primary North American Industry Classification System (NAICS) code for this procurement (in accordance with SBA�s Size Standards) is 541380 with a size standard of $23.5 million. Services are currently being satisfied under contract N00244-25-P-0047 by Standard Inspection Services, dba: Standard Ship Repair and will expire 05 January 2026. The follow-on contract term will be a base period with a potential of four one-year option periods. The anticipated award date is 6 January 2026. It is anticipated that the Request for Proposal (RFP) will be posted in October 2025. The resulting Task Order is anticipated to be Firm Fixed Price (FFP). Disclaimer: This is a SOURCES SOUGHT announcement. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Any information submitted by respondents to this technical description is strictly voluntary. The Government is performing market research in order to determine if small businesses possess the capability to execute the requirements within this acquisition. Respondents need to indicate all small business designations. Interested business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response. Based upon small business responses received, consideration will be given to defining what part of the acquisition, if any, will be set-aside for small business competition. SCOPE: The contractor shall provide NDT inspection and evaluation (I&E) services and Macro-Etch Inspection of welding qualification projects in accordance with S9074-AQ-GIB-010/248 and NSTP 271, conforming to the acceptance criteria of MIL-STD 2035. DESCRIPTION: See the attached Statement of Work. SUBMISSION REQUIREMENTS Interested contractors are to submit a Capability Statement. The Capability Statement must address at a minimum: Statement providing Company Name, Company Address, Prime Seaport-E NxG contract number (if applicable), CAGE, Points of Contact (POC) include name, phone number, fax number, and e-mail address) and confirmation of current small business status (if applicable) under NAICS code 541380. Prior/current corporate (past performance) experience performing efforts of similar size and scope within the last three years, including contract number, title, place of performance, years of performance, organization supported, indication of whether as a prime or subcontractor, value of contract per year, hours/dollars incurred to date, Government point of contact with current telephone number and email address, and detailed description of how the referenced contract relates to the services described herein. The contractor's potential approach to perform at least 51% of the cost of the contract with its own employees. The contractor's technical approach to perform the requirements of the SOW. The submissions shall be Times New Roman, font size 12 and shall not exceed eight (8) one-sided, 8 "" X 11"" pages in Microsoft Word or PDF format to the contract specialist via email to: jennifer.k.stevens7.civ@us.navy.mil. Submissions must be received via email no later than 3:00 PM PDT on Friday, 03 October 2025. Questions or comments regarding this notice shall be posted to the Contract Negotiator in writing and via EMAIL ONLY. No phone calls will be accepted. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Personal visits for the purpose of discussing this announcement will not be scheduled. THIS is NOT a REQUEST for a PROPOSAL.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9c2a5d69672b4eb8b94feb7f8a235c23/view)
 
Place of Performance
Address: San Diego, CA, USA
Country: USA
 
Record
SN07601877-F 20250925/250923230047 (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.