Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
SOURCES SOUGHT

J -- REPAIR, MAINTENANCE, AND ALTERATION OF SUBMARINES

Notice Date
5/10/2006
 
Notice Type
Sources Sought
 
Contracting Office
N55236 P.O. Box 367108 3755 Brinser Street Suite 1 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N55236
 
Response Due
6/2/2006
 
Description
This is a sources sought notice for information and acquisition planning purposes. This is not a request for proposals and a formal solicitation is not available at this time. Southwest Regional Maintenance Center (SWRMC) is seeking small business concerns that can provide the repair, maintenance, and alteration of U.S. Navy submarines homeported and visiting San Diego, California. The scope of work includes: 1. Hazardous material handling 2. Scheduling 3. Sheet metal/formica/plexiglass (lockers, doors, molding, trim, shields, etc.) 4. Upholstery (table covers, chairs, bags, etc., in naugahyde, cloth, etc.) 5. Paint (tanks, voids, planes, etc.) 6. Refrigeration 7. Air conditioning 8. Pumps, motors (both AC and DC) 9. Diesel Generator Ship?s Service Motor Generator (SSMG), Ship?s Service Turbine Generator (SSTG) 10. Carbon dioxide scrubbers and burners 11. Oxygen/nitrogen work (oxygen generators, valves, etc.) 12. Fans 13. General mechanical service (dampers, locks, access plates, hydraulics, planes, bench rollers, chairs, etc.) 14. General shipfitting, welding, structural service for materials thicker than sheetmetal (excluding hull subsafe repairs, for brackets, hangers, etc.) 15. Valves, regulators (fluid and gas flow control) 16. Level 1 repairs (valves, welding and electrical) 17. Plumbing, piping (mechanical joints, glued plastic, brazed copper) 18. Support services (piggyback diesel, pier diesel, chiller, hydroblaster, staging, temporary deckplates, etc.) 19. Decking (PRC, stratica, carpet, tile) The work will be accomplished at Naval Submarine Base Point Loma, San Diego, California. The contractor must have the industrial capability, the management, organizational, and financial capability, and the personnel resources available with the capability and experience to meet the needs of the requirement. Moreover, contractor?s facility must be cleared at the ?Secret? level. Contractor?s personnel who will work aboard a naval nuclear submarine must be U.S. citizens and possess at least ?Confidential? security clearance. This acquisition will be conducted using the Advisory Multi-step Process described at FAR 15.202. SWRMC is contemplating award of a firm fixed price, multiple award, Indefinite Delivery Indefinite Quantity type contract. The applicable NAICS code is 336611 Shipbuilding and Repair, Small Business size standard: 1000 employees. Interested small business concerns should submit a capabilities statement (not to exceed five pages) that demonstrates their capability to perform the services described herein. The capabilities statement shall include company name, address, facility security clearance level (Confidential, Secret, or Top Secret), small business status (small, small disadvantaged, women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned), and point of contact (POC) information for the interested firm. The capabilities statement should identify, by contract number, past or current contracts and/or subcontracts that were awarded to your firm, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a customer POC. The Government will not respond to firms that do not follow the submission instructions in this notice. The Government will evaluate each respondent?s capabilities statement to determine if the respondent has the requisite experience and past performance to complete the requirements described herein, and will advise each respondent in writing either that they will be invited to participate in the resultant acquisition or, based on the information submitted, that they are unlikely to be a viable competitor. The Government will advise respondents considered not to be viable competitors of the general basis for that opinion. Notwithstanding the advice provided by the Government in response to their submissions, respondents may still participate in the resultant acquisition. Responses should be received no later than 2 June 2006. All responses should be forwarded to Genevieve Stepanow (email: genevieve.stepanow@navy.mil) and He rmer Tena (email: hermer.tena@navy.mil) or via fax (619) 556-2331.
 
Web Link
Navy Electronic Commerce Online
(http://www.neco.navy.mil)
 
Record
SN01045710-W 20060512/060510221300 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.