Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2007 FBO #1894
SOURCES SOUGHT

L -- Industrial and depot operations supporting NAVSEA and NAVAIR programs at NUWC Division Keyport and the Bangor Annex

Notice Date
1/31/2007
 
Notice Type
Sources Sought
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025307R0018
 
Response Due
2/8/2007
 
Archive Date
2/8/2009
 
Description
Naval Undersea Warfare Center Division Keyport is soliciting information for the purposes of identifying potential contractors to provide technical services, including industrial, depot and intermediate maintenance functions supporting the Maintenance Engineering and Industrial Operations Department for a base year plus four one-year options. THIS IS A REQUEST FOR INFORMATION ONLY. It is anticipated to be an Indefinite Delivery Indefinite Quantity contract for labor services including, but not limited to the following disciplines: abrasive blaster/painter, welder, machinist, CNC programmer, sheet metal mechanic, shipfitter, machine/equipment maintenance, molder/potting technician, electronics fabricator, torpedo/equipment cleaner (deep sink), electro-mechanical depot shop technician/mechanic, depot electronic technician/mechanic, depot technical/engineering support, business operations/technical support, depot quality assurance support, and Torpedo Intermediate Maint enance Activity technician/mechanic. It is expected that the work will require a SECRET clearance for the firm and SECRET safeguarding capability. It is anticipated that the maximum yearly value will not exceed $10,000,000 with a contract minimum guarantee of $150,000. Multiple task orders may be awarded within the base and option years with concurrent performance. The North American Industry Classification System (NAICS) code is 541990. This announcement is for informational purposes only to solicit information from potential sources. Responses should include the following: (1) name and address of firm; (2) a brief description of similar work performed requiring numerous multi-discipline labor categories (include type and quantity of labor categories required); (3) business size, including average annual revenue for past three years and number of employees; (4) ownership, indicating the following applicable business types: large, small, small disadvantaged, 8(a), woman-owned, HUBZone, veteran; and/or service disabled veteran owned; (5) number of years in business; (6) company point of contact, including name, title, phone, fax and e-mail address; and (7) as statement as to whether the firm has a SECRET clearance and SECRET safeguarding capability. This source sought announcement does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. It is requested that information in response to this RFI be electronically submitted NO LATER THAN 08 February 2007 to Ms Karen Smith e-mail: smithkl@kpt.nuwc.navy.mil.
 
Record
SN01223104-W 20070202/070131221720 (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.