DOCUMENT
J -- Sources Sought: Maintenance and Repair of Hyperbaric Equipment with incidental design - Attachment
- Notice Date
- 1/14/2016
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
- Solicitation Number
- N3943016T7101
- Response Due
- 2/5/2016
- Archive Date
- 8/1/2016
- Point of Contact
- Keith.garascia@navy.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Government is seeks sources for an Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price (FFP) contract for maintenance and repair services of hyperbaric equipment, with incidental design, for the Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California. The North American Industry Classification System (NAICS) code for this procurement is 811310, with a size standard is $7,500,000.00. All businesses, including small businesses, service-disabled Veteran-owed small businesses, Veteran Owned small businesses, certified HUB-Zone small businesses, and certified 8(a) concerns are encouraged to respond. Upon review of industry response to the Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition, and whether multiple award of single award, is in the Governments best interest, The duration of the contract will be for one (1) year from the date of an initial contract award (Base year) with four (4) additional one-year option periods. The aggregate value of all Task Orders issued under the contracts resulting from this solicitation shall not exceed $30,000,000 (cumulative) over the base year and four option periods. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar scope and complexity within the last five years. (2) Company Profile to include number of employees, office locations(s), DUNS number, CAGE Code, and statement regarding small business designation and status. Comments regarding the contents of the draft performance work statement (PWS) are welcome. RESPONSES ARE DUE ON FRIDAY, 5 FEBRUARY 2016, by 5:00 PM, PDT. The package shall be sent via email to keith.garascia@navy.mil. Questions or comments regarding this notice may be addressed to Keith Garascia at the above email address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/768b499ec87a73d95a15d8004b915812)
- Document(s)
- Attachment
- File Name: N3943016T7101_Hyperbaric_IDIQ_PWS.pdf (https://www.neco.navy.mil/synopsis_file/N3943016T7101_Hyperbaric_IDIQ_PWS.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N3943016T7101_Hyperbaric_IDIQ_PWS.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Record
- SN03992195-W 20160116/160115083215-768b499ec87a73d95a15d8004b915812 (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 |