MODIFICATION
X -- PARACHUTE DROP ZONE SERVICES to support U.S. NAVY EXPLOSIVE ORDNANCE DISPOSAL TRAINING AND EVALUATION UNIT ONE (EODTEU1)
- Notice Date
- 1/18/2018
- Notice Type
- Modification/Amendment
- NAICS
- 611620
— Sports and Recreation Instruction
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024418Q0040
- Response Due
- 1/25/2018
- Archive Date
- 1/31/2018
- Point of Contact
- Angelina PinaHardin 619-556-6198
- E-Mail Address
-
Contract Specialist
(angelina.pinahardin@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of this amendment is to correct the submission date in the sources sought from Monday 26 March 2018 to Monday 26 January 2018. SOURCES SOUGHT NOTICE 18 January 2018 The Fleet Logistics Center, San Diego (FLC-SD) is conducting a market survey to determine the interest and capability of small businesses to participate in a competitive acquisition of services in support of Explosive Ordnance and Disposal Mobile Unit 1 (EOD MU1). The primary North American Industry Classification System (NAICS) code for this procurement is 611620, Sports and Recreation Instruction, with a size standard of $7.0M. This notice is directed to contractors that can provide Drop Zone Training Areas suitable a for Premeditated Personnel Parachute Operations (P3) and packing with briefing facilities. The anticipated award date is 01 March 2018. It is anticipated that the Request for Proposal (RFP) will be posted in 31 January 2018. The resulting contract is anticipated to be Firm Fixed Price (FFP) contract type. Disclaimer: This is a SOURCES SOUGHT announcement. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Any information submitted by respondents to this technical description is strictly voluntary. The Government is performing market research in order to determine if contractors possess the capability to execute the requirements within this acquisition. Respondents need to indicate all business size standards. Interested business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response. Based upon small business responses received, consideration will be given to defining what part of the acquisition, if any; will be set-aside for small business competition. PROJECT INFORMATION: Provide a non-personal services contract to provide Drop Zone Training Areas suitable a for Premeditated Personnel Parachute Operations (P3) and packing and briefing facilities for a Base plus two 12-month options. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. Description: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor ™s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. After acceptance of the quality control plan the contractor shall receive the contracting officer ™s acceptance in writing of any proposed change to this QC system. SUBMISSION REQUIREMENTS Interested contractors are to submit the following information: company name, address, point of contact, telephone number, e-mail address; DUNS, and information regarding your company ™s experience identifying: contracting agency, contract number, title, place of performance, years of performance, and value of contract per year. Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Times New Roman, font size 12 and should not exceed five (5) one-sided, 8 X 11 pages in Microsoft Word or PDF format to the contract specialist via email to: Angelina.pinahardin@navy.mil. Submissions must be received via email no later than 3:00 PM Pacific Standard Time on Monday 26 January 2017. Questions or comments regarding this notice may be sent to the Contract Negotiator in via EMAIL ONLY. No phone calls will be accepted. Note: Contractor capability statement must provide enough information to be able to pass evaluation and be deemed capable before inclusion in consideration list. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Personal visits for the purpose of discussing this announcement will not be scheduled. THIS IS NOT A REQUEST FOR A PROPOSAL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024418Q0040/listing.html)
- Record
- SN04793034-W 20180120/180118231155-41f10c6ae78de6333b3ca93031f389ed (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 |