Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2017 FBO #5586
DOCUMENT

J -- Material Handling Equipment (MHE)/ Shipboard Mobile Support Equipment (SMSE) Support Services- Sources Sought - Attachment

Notice Date
3/8/2017
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N0018917R0011
 
Response Due
3/16/2017
 
Archive Date
3/31/2017
 
Point of Contact
Vanessa Schwaner 757-443-2348
 
E-Mail Address
vanessa.schwaner@navy.mil
(vanessa.schwaner@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Subject to FAR Clause 52.215-3, entitled Solicitation for Information of Planning Purpose, this announcement constitutes a Sources Sought for information and planning purposes. Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk ™s intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide Logistics Support Services in support of NAVSUP ™s Material Handling Equipment (MHE) Branch. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. This announcement is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. Description of Requirement: Support is required to perform maintenance and repair actions [with full parts support], transportation movement and external painting on Shipboard and Shore-based Material Handling Equipment [MHE] and Shipboard Mobile Support Equipment [SMSE]. MHE is defined as all self-propelled equipment normally used in storage and handling operations in and around warehouses, shipyards, industrial plants, airfields, magazines, depots, docks, terminals and aboard ships. It includes, but is not limited to, all self-propelled MHE such as warehouse tractors, forklifts of various commodity class codes, platform trucks, pallet trucks, 463L aircraft loaders and automated material handling systems. It also includes non-powered shipboard pallet trucks. SMSE includes, but is not limited to, container handlers, mobile cargo cranes, shipboard aerial work platforms, telescopic boom lift trucks, scissor-lift platforms and diesel conveyor belt vehicles. Units affected are identified via established TYCOM 18-Month Heavy Maintenance Programs [18-Month Program]; are inducted for overhaul via Modified Service Life Extension Program [MOD-SLEP]; are assigned as on-hand contingency pool assets; or are those requiring on-site services at commands throughout the Tidewater area. Customers include (but are not limited to) Navy Expeditionary Medical Support Command (NEMSCOM), Mid-Atlantic Regional Maintenance Center (MARMC), COMSUBRON-6, Communication Material Issuing Office (CMIO), DLA Distribution, Norfolk Naval Shipyard Dive Locker, Center for Combat Systems (CSCS), Training Support Center Hampton Roads (TSC-HR) Navy Munitions Command “ Detachment Sewells Point (NMC-DET Sewells), Navy Munitions Command “ Detachment Oceana (NMC DET Oceana), Commander Helicopter Sea Combat Wing Atlantic (CHSCWL), Norfolk Naval Shipyard (NNSY), Naval Air Terminal Norfolk (NAVAIRTERM NORVA), Naval Station Norfolk (NAVSTA), Navy Computer and Telcom Area Master Station Atlantic (NCTAMSLANT), Assault Craft Unit Four (ACU-4), Assault Craft Unit Two (ACU-2) and Explosive Ordnance Division Support Unit Two (EODESU-2). The purpose of this requirement is to obtain contractor support services to provide the following: Cyclic Maintenance Preventative Maintenance [PM] Unscheduled Maintenance [UM] Overhauls External painting of MHE and SMSE Transportation Movement Additional technical information can be found in the attached draft Performance Work Statement (PWS). Anticipated NAICS Code: The NAICS Code for this requirement is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, and the Size Standard is $7.5M. Anticipated Contract Type: The Government anticipates issuing a single award, Time and Materials (T and M), Indefinite Delivery/Indefinite Quantity (IDIQ) type contract. Anticipated Period of Performance: The period of performance for this requirement will be a five (5) year ordering period. Capability Statements: Submissions are not to exceed ten (10) typewritten pages in no less than 12 point font. Reponses to this Sources Sought request shall include the following information in this format: 1. Company name, address, point of contact name, phone number, fax number and email address. 2. Contractor and Government Entity (CAGE) Code. 3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. 4. DCAA/DCMA Point of Contact. 5. Capability statement displaying the contractor ™s ability to meet the Government ™s requirement. 6. Relevant Past performance information on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. 7. Statement indicating whether the company plans to be the prime or a subcontractor in support of this effort. 8. Technical questions, inquiries, and suggestions. Specifically, the Government is interested in feedback on the tentative acquisition strategy, contract type and structure and recommendations that will result in lower prices and faster delivery. The Government also welcomes suggestions on innovative approaches or business models that could be leveraged in the anticipated contract. Industry feedback on the current draft PWS is encouraged. Prospective contractors can also identify whether any specific historical data or additional technical information would be beneficial in the development of an accurate, cost-effective proposal. Contractors are reminded the Government will not guarantee that any recommendations will be implemented; and 9. Any other supporting documentation. The capabilities statement must be presented in sufficient detail for the Government to determine that the company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Reponses to this Sources Sought request should reference N00189-17-R-0011 and shall be submitted electronically to Ms. Vanessa Schwaner at vanessa.schwaner@navy.mil Phone: (757) 443-2348 by 3:00 ET 09 March 2017. NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018917R0011/listing.html)
 
Document(s)
Attachment
 
File Name: N0018917R0011_N0018917R0011_DRAFT_PWS.docx (https://www.neco.navy.mil/synopsis_file/N0018917R0011_N0018917R0011_DRAFT_PWS.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018917R0011_N0018917R0011_DRAFT_PWS.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04427786-W 20170310/170308234453-596b6325765a5c7eda5f221d936e37b9 (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.