SOURCES SOUGHT
19 -- Fire and Tank Watch: Provide - Draft Statement of Work
- Notice Date
- 4/2/2018
- Notice Type
- Sources Sought
- 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
- N42158-18-R-FWTW
- Archive Date
- 4/25/2018
- 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
- Competitive 8(a)
- Description
- FW/TW Draft SOW 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. Sources are sought only from small business concerns expressly certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program. The anticipated award of any contract(s) resulting from the sources sought notice is anticipated to occur in the first quarter of FY20. 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 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. 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 Statement of Work 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 will be set-aside for Small Businesses expressly certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program and multiple awards MAY be made. All small business concerns expressly certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program will be considered. The intension is to procure this requirement on a competitive basis after exclusion of sources. The period of performance for the anticipated contract is a twelve (12) month base period 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 perform these contract services, 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. 3.) Contractor and Government Entity (CAGE) Code. 4.) Size of business - Small business concerns expressly certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program. 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 10 April 2018 Keith Douglas, NNSY Lead Contract Specialist at keith.g.douglas@navy.mil or 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/26660d06cf7c583148f75dea067b47e1)
- Place of Performance
- Address: Norfolk Naval Shipyard, Portsmouth, Virginia, 23707-1022, United States
- Zip Code: 23707-1022
- Zip Code: 23707-1022
- Record
- SN04874765-W 20180404/180402230904-26660d06cf7c583148f75dea067b47e1 (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 |