SOURCES SOUGHT
L -- 099 Maintenance Representative for conditioning and repair of galley and laundry equipment
- Notice Date
- 10/20/2016
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- N00406 NAVSUP Fleet Logistics Center Puget Sound 467 W. STREET BREMERTON, WA
- ZIP Code
- 00000
- Solicitation Number
- N0040617R0003
- Response Due
- 10/27/2016
- Archive Date
- 11/11/2016
- Point of Contact
- James Wasson
- E-Mail Address
-
wasson@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 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 Small Business, Veteran “Owned Small Business, Service Disabled Veteran Owned Small Business, Certified HUBZone Small Business, Small Disadvantaged Business and Women Owned Small Business certified by the Small Business Administration (SBA) with current relevant qualifications, experience, personnel, and capability to perform at Pearl Harbor Naval Shipyard, Pearl Harbor, HI, Naval Base Kitsap-Bremerton/Bangor, WA, and San Diego, CA, for the following services; Comprehensive Equipment Grooms. Conducted once during each ship ™s operational cycle to assess and improve the working condition of a discrete set of galley and laundry equipment installed on each Pacific Fleet submarine. Minor Engineering and Maintenance Assistance. Conducted as needed to assist the crews of Pacific Fleet submarines in identifying and correcting deficiencies of installed galley and laundry equipment. (a) Pearl Harbor, Hawaii (Joint Base Pearl Harbor-Hickam): 3,400 labor hours to support twenty submarines. This estimate is based on the contractor: (1) Providing five Comprehensive Equipment Grooms. Each groom is estimated to utilize eighty labor hours (400 labor hours total). (2) Providing 3,000 labor hours of Minor Engineering and Maintenance Assistance. (b) Bangor/Bremerton, Washington (Naval Base Kitsap/Bremerton): 2,800 labor hours to support thirteen submarines. (1) Providing nine Comprehensive Equipment Grooms. Each groom is estimated to utilize eighty labor hours (720 labor hours total). (2) Providing 1,920 labor hours of Minor Engineering and Maintenance Assistance. (c) San Diego, California (Naval Base Point Loma): 880 regular labor hours to support four submarines. (1) Providing three Comprehensive Equipment Grooms. Each groom is estimated to utilize eighty labor hours (240 labor hours total). (2) Providing 640 labor hours of Minor Engineering and Maintenance Assistance. (d) Contractor Office Automation. 100 regular labor hours for office automation support. A copy of the current Performance Work Statement, which is in draft form, is attached to this advance notice. All references addressed in the PWS will be made available at time of solicitation. If any of these references are required in order to determine whether or not a potential offeror has the capability of performing the required effort, an electronic copy may be requested from james.wasson@navy.mil. Attachment (1): Current Performance Work Statement The North American Industry Classification System (NAICS) code for this proposed competitive procurement is 811310 ($7.5 Mil). This procurement is for a single award, Cost Plus Fixed Fee contract. Split award may be considered on a best value decision by the government. The period of performance will be 06 January 2017 through 05 January 2018. This expected contract will have four one year options. This will be a best value source selection on the basis of technical capability, past performance, and cost/price. It is anticipated that the solicitation for a Cost plus Fixed Fee contract using FAR Part 15 procedures will be available on NECO in November of 2016 and will remain open for approximately 30 days. It is requested that interested businesses capable of providing the 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) Name of two principals to contact, including title, email address and telephone number 5) If applicable, Small Business designation/status (e.g., 8(a), HUBZone Small Business, Small Disadvantaged Small Business, Service Disabled Veteran Owned Small Business, Woman Owned Small Business, et cetera). B. RELEVANT EXPERIENCE in performing efforts of similar scope and complexity for the PWS. The following Government or commercial information shall be provided for your firm ™s relevant experiences: 1) Contract Number (if applicable). 2) Indication of whether your firm acted as the prime contractor or was a subcontractor. 3) Contract period of performance and contract value. 4) Brief summary of work performed and how it relates to the engineering services sought by this Request for Information. C. ABILITY TO MEET PERSONNEL SPECIFICATIONS “ per section 8 attached Draft Performance Work Statements. The following shall be provided: 1) Number of qualified personnel available for each requirement. 2) Ability of candidates to meet required security clearance and current Facility Clearance Level. 3) ) Identify by name, any potential Teaming Agreements such as protĂ©gĂ© firms, small business teaming partners, joint ventures, or other small and large business subcontractors in accordance with the Seaport-e Basic Contract.. Interested small businesses should review and understand the requirements in Federal Acquisition Regulations (FAR) Part 19 and FAR clause 52.219-14 Limitations on Subcontracting. 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 Solicitation or a Request for Proposal (RFP), 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: James Wasson via email at james.wasson@navy.mil. Written submittals are required to be received via email no later than 2:00 pm on 27th of October 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00406/N0040617R0003/listing.html)
- Record
- SN04308794-W 20161022/161020233923-9dd1023f414468b928a91f01051482d1 (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 |