Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2018 FBO #5963
SOURCES SOUGHT

W -- PSNS & IMF FORKLIFT LEASEING IDIQ - Attachment

Notice Date
3/20/2018
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A18R1345
 
Archive Date
4/11/2018
 
Point of Contact
Daniel Van Natta, Phone: 360-627-4363, Daniel J. Ellis, Phone: 3604764001
 
E-Mail Address
daniel.p.vannatta@navy.mil, daniel.ellis@navy.mil
(daniel.p.vannatta@navy.mil, daniel.ellis@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 Historical Usage Attachment 1 Performance Work Statement The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) Contracting Office (Code 440) is issuing this sources sought. The sources sought is being issued as a means of conducting market research to identify industrial capabilities that might exist in order to support an upcoming requirement for a Forklift Leasing IDIQ contract. For additional information regarding the technical specifications please refer to the attached Performance Work Statement (PWS). The requirement is for a firm fixed price commercial service (leasing) contract with a maximum ordering capacity of $5 Million with a period of performance of five years running from 2018-2023. Based on the responses to this sources sought, this requirement may be set-aside for small business (in full or in part) or procured through full and open competition (unrestricted), the government intent at this time is for a single award. All small business set-aside categories will be considered. Telephonic inquiries will not be accepted or acknowledged, the government will not be providing evaluations or comments to companies providing sources sought responses but the responses will be used to inform the government as to the best means of procuring this requirement. "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPERATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR REQUEST FOR PROPOSALS (RFP), IF ISSUED. IF A SOLICITATION IS RELEASED IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT." Project Background The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) requires forklifts with various weight handling capacities and for varying lengths of time under the technical specifications provided in this sources sought announcement. Required Capabilities Additional detail is provided in the PWS attached to this announcement (Attachment 1) and a document containing actual number of units ordered by PSNS since 2013 (Attachment 2). If your organization has the potential capacity and capabilities to perform these contract requirements, please provide the following information: 1) Organization name, address, email address, telephone number, web site address, and size and type of business; and 2) Tailored Capability statements addressing the questions asked in this sources sought announcement. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Eligibility The applicable NAICS code for this requirement is 532490 with a small business size standard of $32.5M. The product service code is 39. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Submission Details Interested parties are requested to submit via email. The email subject line should be "Sources Sought Response for N4523A-18-R-1345." The response to the sources sought shall be in either Microsoft Word or Portable Document Format (PDF) and shall be addressed to daniel.p.vannatta@navy.mil(.) Within the sources sought response; 1) Organization description. (1 page maximum) 2) Tailored Capability Statement. (10 pages maximum) 3) Experience/Performance (2 page maximum for each past performance example) a. Please provide at least 2 projects of similar scope and complexity as the current requirement. The government does not expect the same size needs as this requirement but if you have multiple projects/contracts of a similar nature please provide a general description of how they should be viewed as similar in scope and complexity as to the current requirement. Provide contract number and a point of contact for the customer. 4) Forklift Inventory. (2 page maximum) a. Please provide a breakout of your current inventory or the process you intend to use to attain the expected inventory to meet the requirement of the contract. (Expected inventory needs being in line with the provided historical usage.) ALL DATA RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT THAT IS MARKED OR DESIGNATED AS CORPORATE OR PROPRIETARY WILL BE FULLY PROTECTED FROM RELEASE OUTSIDE THE GOVERNMENT. The Deputy for Small Business for this procurement is Brenda Lancaster, brenda.lancaster@navy.mil (.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18R1345/listing.html)
 
Place of Performance
Address: Puget Sound Naval Shipyard, Bremerton, Washington, United States
 
Record
SN04860286-W 20180322/180320231016-5a8b2ffa7c652903ecafc1fd19fe1f03 (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.