SOURCES SOUGHT
H -- Analyze Compressed Breathing Air in Support of the DCAT Program - Draft PWS
- Notice Date
- 9/21/2018
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, 110 Vernon Avenue, Panama City, Florida, 32407, United States
- ZIP Code
- 32407
- Solicitation Number
- N61331-18-SN-Q13
- Archive Date
- 11/6/2018
- Point of Contact
- Linda Hawthorne, Phone: 8502355386, Jenetta L. Langston, Phone: 8502355362
- E-Mail Address
-
linda.hawthorne@navy.mil, jenetta.langston@navy.mil
(linda.hawthorne@navy.mil, jenetta.langston@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS The Naval Surface Warfare Center, Panama City Division (NSWC PCD) is seeking sources that possess the expertise, capability, resources and experience to analyze compressed breathing air for divers, damage control personnel and aviators worldwide. Information provided to NSWC PCD will be treated as Business Sensitive and will not be shared or distributed beyond other U.S. government agencies without consent from the provider of the information. Potential sources will be responsible for: (1) Providing transportable equipment for collecting samples (gas, oil mist, particulate, moisture, or condensed water) from various pressure sources. The transportable equipment will be referred to as a sampling kit in this document. (2) Analyzing the collected samples. (3) Providing analysis reports for each collected sample. (4) Providing a computer database of laboratory results and tracking data. (5) Arranging shipment of the sampling kits to various military commands worldwide. (6) Making provisions for the shipment of the sampling kits back to the Contractor's facility for analysis. (7) Providing a dedicated interactive secure website with the following capabilities: (a) Order sampling kits (b) Maintain testable equipment inventory by field activity (c) Maintain analysis reports by field activity (d) View sampling status (e) Authorize shipment of sampling kit orders (8) Maintaining an approved quality system in accordance with ISO (9001:2015) or an equivalent quality standard acceptable by the Government. (9) Maintaining ISO/IEC 17025 accreditation by the American Association for Laboratory Accreditation (A2LA) or the National Voluntary Laboratory Accreditation Program (NVLAP) A draft Performance Work Statement (PWS) is attached. The PWS is only a draft and may change when the solicitation is issued; however, the core requirement will not change. Responses to this Sources Sought should include supporting materials that provide a demonstration of your company's capabilities and experience in reference to the listed tasks. In addition, responses must include (1) sources sought number and title; (2) name and address of firm; (3) size of business, including: average annual revenue for past three years and number of employees; (4) ownership (including Country of Ownership), indicating whether: Large, Small, Small Disadvantaged, 8 (a), Women-Owned, HUBZone, Veteran- Owned and/or Service-Disabled- Veteran-Owned Business, and Central Contractor Registration (CCR) information; (5) number of years in business; (6) two points of contact, including: name, title, phone, fax, and e-mail address; and (7) DUNS Number (if available). Responses and questions shall be submitted to the Contracting Specialist, Linda Hawthorne via e-mail to linda.hawthorne@navy.mil. Responses are due by 9 October 2018. Only prime contractors should respond. Both large and small businesses, pursuant to the size status for NAICS code 541380, are encouraged to participate in this market research. Joint ventures or teaming arrangements are acceptable. THIS SOURCES SOUGHT ANNOUCEMENT IS A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. THIS IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. IN THE EVENT THAT A SOLICITATION IS DEVELOPED, IT WILL BE ASSIGNED A FORMAL REQUEST FOR PROPOSAL (RFP) NUMBER AND THE ANNOUNCEMENT WILL BE PUBLISHED IN FEDERAL BUSINESS OPPORTUNITIES (FEDBIZOPPS). NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT, OR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE OR 8(A) SET-ASIDE BASED ON RESPONSES HERETO. PSC: H999 NAICS: 541380 (Testing Laboratories) Small Business Size Standard: $15M
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/23bb20a8161bb0660405d614d35797be)
- Place of Performance
- Address: 110 Vernon Avenue, Panama City, Florida, 32407, United States
- Zip Code: 32407
- Zip Code: 32407
- Record
- SN05100327-W 20180923/180921230743-23bb20a8161bb0660405d614d35797be (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 |