SOURCES SOUGHT
J -- Vehicle Maintenance Support Services - Draft Attachment 1 - PWS
- Notice Date
- 12/11/2017
- Notice Type
- Sources Sought
- NAICS
- 811111
— General Automotive Repair
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
- ZIP Code
- 92155
- Solicitation Number
- H92240-18-R-0004
- Point of Contact
- Matthew J. Morelewski, Phone: 619-537-1365
- E-Mail Address
-
matthew.morelewski@socom.mil
(matthew.morelewski@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT PWS Subject to FAR Clause 52.215-3, entitled "Request for Information or Solicitation for Planning Purpose," this announcement constitutes a sources sought for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It 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. Naval Special Warfare Command (NSWC), Coronado, California is seeking information on qualified and experienced sources for a contract vehicle that provides an intermediate level of maintenance and repair on NSWC owned and operated Civil Engineering Support Equipment (CESE), Material Handling Equipment (MHE), Surface Support Craft (SSC), Watercraft (Jet Ski's), inboard/outboard motors (IN/OBM), and Ground Support Equipment (GSE). The proposed contract is a single award, Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract, with a five (5) year ordering period. The Government plans to procure these services as Commercial Item as defined in FAR 2.101. Potential locations for work include Virginia Beach, VA; San Diego, CA; Stennis Space Center, MS; Naval Base Guam; Pearl City, HI; Fort Chaffee (Fort Smith AK); Stuttgart. GE; Bahrain; and Kodiak, AK. The NAICS Code for this requirement is 811111, General Automotive Repairs, and the Size Standard is $7.5M. Reponses to this Sources Sought request should reference H92240-18-R-0004 and shall include the following information in this format: 1. Company name, address, POC name, phone number, fax number and email. 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. If the items can be solicited from a GSA schedule, provide the GSA contract number. 5. Relevant past performance on same/similar work dating back 3 years and your company's capacity to perform the type of work. 6. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition as specified in the Draft Performance Work Statement. Standard company brochures will not be reviewed. Submissions are not to exceed two (2) standard typewritten pages. All technical questions and inquiries maybe submitted within the response. 6. Also, indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. A draft PWS, draft Attachment 1 of the PWS is posted in this notice for your reference. Responses should be emailed to Matt Morelewski at matthew.morelewski@socom.mil by 22 December 2017. 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/ODA/USSOCOM/NAVSOC/H92240-18-R-0004/listing.html)
- Record
- SN04762460-W 20171213/171211231029-dfa7075e2b05c2aca813cf25a4efbf85 (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 |