Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2015 FBO #5096
SOURCES SOUGHT

W -- Fabrication and rental of Carrier Low Pressure Resin Catch Tanks, shield shipping casks and transport trailers and rental of personnel barrier with tall top cover and transportation services.

Notice Date
11/4/2015
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
N00406 NAVSUP Fleet Logistics Center Puget Sound 467 W. STREET BREMERTON, WA
 
ZIP Code
00000
 
Solicitation Number
N0040616R6007
 
Response Due
11/9/2015
 
Archive Date
11/24/2015
 
Point of Contact
kacy.patton@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTIFICATION. THIS IS A MARKET RESEARCH TOOL TO DETERMINE THE AVAILABILITY OF SOURCES PRIOR TO ISSUING THE RFP. THIS ANNOUNCEMENT IS FOR INFORMATION AND PLANNING PURPOSES ONLY. The following information is provided to assist the NAVSUP Fleet Logistics Center “ Puget Sound (FLC-PS) in conducting market research of Industry to identify potential businesses with current relevant qualifications, experience, personnel, and capability to provide fabrication of Carrier Low Pressure Resin Catch Tanks (CLPRCT), Rental of Shield Shipping Casks and transport trailers, and rental of personnel barrier with tall top cover and transportation services in support of Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS and IMF) work in support of an aircraft carrier at Puget Sound Naval Shipyard and IMF, Bremerton, WA. The North American Industry Classification System (NAICS) code for this proposed competitive procurement is 532490 ($32.5mil). The contract is for a period of performance from 01 July 2016 “ 01 April 2017. The proposed contract action is for noncommercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. FLCPS intends to purchase the services on a sole source basis from Energy Solutions. The acquisition will be solicited using FAR part 15, anticipating award of a firm fixed price contract. The procurement shall comply with Naval Sea Systems endeavor to establish standardized equipment for the media discharge collection and method of shipment and equipment that meets current NAVSEA and DOT maximum per NAVSEA letter Ser 08J/C05-03916 dated 07 FEB 2006 and NNSY LAR MISC-08-022. It is requested that interested businesses capable of providing services sought submit to the contracting office a brief capabilities statement package demonstrating the ability to perform the requested service per the attached contract specifications. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm ™s qualifications to perform the defined work. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. Respondents will not be notified of the result of the evaluation. A. The documentation shall address, at a minimum, the following: 1) Name and address of firm 2) Data Universal Numbering System (DUNS) number 3) Commercial and Government Entity (CAGE) code number 4) Year firm was established and number of employees, 5) Name of two principles to contact, including title, email address and telephone number 6) If applicable, Small Business designation/status (e.g., 8(a), HUBZone, Service Disabled Veteran Owned Small Business, Woman Owned Small Business, et cetera). B. RELEVANT EXPERIENCE in performing efforts of similar scope and complexity. The following Government or commercial information shall be provided for each of your relevant experiences: 1) Contract number and project title 2) Name of contracting activity 3) Primary Point of Contact for the project (e.g., Administrative Contracting Officer, Contracting Officer ™s Representative, or Technical Representative). Provide name, telephone number and email address for point of contact. 4) Indication of whether your firm acted as the prime contractor or was a subcontractor. 5) Contract period of performance and contract value. 6) Brief summary of work performed and how it related to the ocean and river towing services sought by this Request for Information. C. ABILITY TO MEET NAVSEA directive specified per NAVSEA letter Ser08J/C05-03916 dtd 7 Feb 2006 and NNSY LAR MISC-08-025: The Government will neither award a contract solely on the basis of this Sources Sought Synopsis nor will it reimburse the respondent for any costs associated with preparing or submitting a response to this notice. This sources sought synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), nor does this issuance restrict the Government ™s acquisition approach. The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of your submittal. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. All submittals received will be used only to determine if there is interest by qualified firms and will not be used in award. NAVSUP FLC-PS reserves the right to independently verify all information submitted. Submit required information to: Kacy Patton via email at kacy.patton@navy.mil. Written submittals are required to be received via email no later than 2:00 pm on 09 November 2016. Telephone, fax, or mailed responses and inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00406/N0040616R6007/listing.html)
 
Record
SN03937632-W 20151106/151104234652-b809f009bb8075c26c389f8a36afb46b (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.