Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2015 FBO #4796
MODIFICATION

80 -- N421584351JITP, JIT Paint

Notice Date
1/9/2015
 
Notice Type
Modification/Amendment
 
NAICS
325510 — Paint and Coating Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPMYM115R0012
 
Archive Date
1/29/2015
 
Point of Contact
Kasie H Anthony, Phone: 757-396-8023
 
E-Mail Address
kasie.anthony@dla.mil
(kasie.anthony@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought N o tice only. This notice is seeking interested parties capable and interested in providing Navy Marine Coatings to four (4) Naval Shipyard locations: Norfolk Naval Shipyard (NNSY), Pearl Harbor Naval Shipyard (PHNSY), Portsmouth Naval Shipyard (PNSY) and Puget Sound Naval Shipyard (PSNSY). This sources sought is issued solely for informational, planning purpo s es, and market research in accordance with FAR Part 10, and shall not be construed as a solicitation or obligation on part of DLA Land and Maritime - Norfolk. DLA Land and Maritime - Norfolk is not seeking proposals at this time and will n o t accept unsolicited proposals. For your information, a list of the coatings is attached. Please keep in mind that this gives a general description of the paints that could be required and does not define the final requirement. The North American Industry Classification Sys t em (NAICS) code is 325510 and the s m all business size standard is no more than 500 employees. A Just-in-Time (JIT) Fixed - Pr i ce, Indefinite Delivery Indefinite Quantity (IDIQ) Corporate Contract will b e used for this requirement. The items will be issued via one solicitation, identified by corresponding military specifications. Period of performance will be one (1) 12-month base period with four (4) 12-month option periods, beginning on or around 06 September, 2015. All interested and qualified sources shou l d notify this office by electronic mail. Responses to this notice shall determine if sufficient competition exists and whether or not to set aside part or all of this procurement. Only one response per company is required. Responses shall be submitted electronic a lly to Ms. Kasie Anthony kasie.anthony@dla.mil not later than 05 January, 2015 at 12:00 p.m. Easte r n Daylight Time. Any information provided is voluntary. Telephone calls will not be accepted. Responses are limited to n ot more than 10 pages. Interested companies should provide the following information: 1. A company profile to include number of emplo y ees, annual revenue history (last 3 years), office location (s), DUNS/CAGE Code number, and a state m ent regar d i ng current business status. 2. Description of the company's capability of providing qualified and experienced personnel. 3. Location(s) listed in the first paragraph at which the company is capable of providing Navy Marine coatings/paints. 4. Any type of teaming arrangement anticipated for this requirement. If one is anticipated, please address what kind of arrangement and what percentage of work, and type(s) of service would be performed by each. 4. Past Performance. Does the company have past performance as a p r ime contractor or subcontractor on a supply contract for similar coatings/paints? Does the company have past performance as a prime contractor or subcontractor on a supply contract which required Just In Time (JIT) delivery? If s o, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Peri o d of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimburseme n t, etc.), and an explanation of the items provided which relate to Navy Marine coatings/paints. If the company acted as a subcontractor or joint venture, name the prime contractor or other party, the specific supplies provided and percentage. Address any past performance problems, and resolutions taken. 5. Does the company have the financial capability and finan c ial st a bilit y, and/or ad e quate l i nes of credit to sustain and support a five-year multiyear contract at one or more loc a tions, in the event there are difficulties with invoice payments? Does it have an approved accounting system in place to adequately track expe n ditures? Please ela b orate. The Government will use this information, in a d dition to other information obtained, to determine its small business set-aside decision. Be advised the Government will not pay for any informat i on or administrative costs incurred in response to th e sources so u ght notice. All costs associated with this notice will be sol e ly at the expense of the respondents. Additionally, all submiss i ons become Government property and will not be returned. No basis for a claim against the Government shall arise as a result from a response to this sources sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM115R0012/listing.html)
 
Place of Performance
Address: Norfolk Naval Shipyard, Bldg. 1500, 2nd Floor, Portsmouth, Virginia, 23709, United States
Zip Code: 23709
 
Record
SN03612784-W 20150111/150109234327-f4856d29334f7f18603f857256e016b7 (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.