Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2018 FBO #5921
MODIFICATION

19 -- Fire and Tank Watch: Provide

Notice Date
2/6/2018
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Norfolk Naval Shipyard - N42158, Norfolk, Virginia, 23709-5000, United States
 
ZIP Code
23709-5000
 
Solicitation Number
N42158FY2020FWTW
 
Archive Date
3/31/2020
 
Point of Contact
Keith G. Douglas, Phone: 7573968331
 
E-Mail Address
keith.g.douglas@navy.mil
(keith.g.douglas@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
FIRE & TANK WATCH SUPPORT LABOR for Norfolk Naval Shipyard (NNSY) Subject to FAR Clause 52.215-3, entitled "Solicitation for Information and Planning Purposes," this announcement constitutes a Sources Sought for information and planning purposes to identify qualified and experienced sources for an anticipated multiple award Indefinite Delivery/Indefinite Quantity type contract under NAICS code 336611, Shipbuilding and Repair, with a size standard of 1250 employees. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Norfolk Naval Shipyard (NNSY) is issuing this sources sought request for information as a means of conducting market research to identify parties having an interest in and the local resources to support a contract for Fire-Watch and Tank Watch Support performed at Norfolk Naval Shipyard (NNSY), Portsmouth, VA. Interested sources will supply qualified personnel capable of performing Fire and Tank Watch functions. A notional estimate of maximum man-days required is 56,800 per year for a total of 284,000 man-days over the course of the base and four option years; the base year is anticipated to begin in the second quarter of FY20. The draft Performance Work Statement is attached; please note that a travel CLIN is not anticipated. The anticipated contract is a follow on to previously awarded contracts N50054-15-D-1506, N50054-15-D-1507, and N50054-15-D-1508. Based on the responses to this Sources Sought Notice/Market Research, this requirement may be set-aside for Small Businesses (in FULL or in PART) or procured through full and open competition, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. The intension is to procure this requirement on a competitive basis. The period of performance for the anticipated contract is a twelve (12) month base period beginning in the second quarter of FY20 and four (4) twelve (12) month option periods. This announcement constitutes a sources sought synopsis for written information only. This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement. This sources sought notice 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. A determination of the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. If a solicitation is released at a future date, it will be synopsized on the Federal Business Opportunities (FEDBIZOPPS) website. It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement. If your organization has the potential capacity to provide the contract requirement, please provide the following information: 1.) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization. 2.) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability, and contract/task order numbers of any previous fulfillment of Naval Shipyard fire and tank watch requirements. 3.) DUNS number and Contractor and Government Entity (CAGE) Code. 4.) Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Submission Instructions: Interested parties who consider themselves qualified to perform the listed services are invited to submit a response to this Sources Sought Notice by 12 NOON (EST) on 20 FEBRUARY 2018 Keith Douglas, NNSY Lead Contract Specialist at keith.g.douglas@navy.mil Submissions are not to exceed ten (10) typewritten pages in no less than 12pt font size. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. If you have any questions concerning this opportunity please contact: Keith Douglas, at keith.g.douglas@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b7cdc00b7f4b0944522178cf3d6d1260)
 
Place of Performance
Address: Norfolk Naval Shipyard, Portsmouth, Virginia, 23709-1022, United States
Zip Code: 23709-1022
 
Record
SN04812440-W 20180208/180206231823-b7cdc00b7f4b0944522178cf3d6d1260 (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.