DOCUMENT
U -- Diving Technical and Operational Support Services to assist Explosive Ordnance Disposal Expeditionary Support Unit 1 - Attachment
- Notice Date
- 11/1/2018
- Notice Type
- Attachment
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- Solicitation Number
- N0018919R0005
- Response Due
- 11/15/2018
- Archive Date
- 9/30/2019
- Point of Contact
- Jeannie Nienberg 757-443-1245 Jeannie Nienberg
- E-Mail Address
-
3-1245<br
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes a Sources Sought for information and planning purposes. Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk ™s intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide Subject Matter Expertise (SME) for support and assist in maintenance and repair for continuity in the Diving Division at Explosive Ordnance Disposal Expeditionary Support Unit (EODESU) One Diving Life Support System (DLSS) program including all requirements in accordance with the Performance Work Statement (PWS). This announcement constitutes a sources sought for written information only. This is not a solicitation announcement for proposals and a contract will not be awarded from of this announcement. This announcement 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. Anticipated NAICS Code The NAICS Code for this requirement is 541614 with a small business size standard of $15M. The Government has not yet determined whether an existing strategically sourced vehicle will be used to satisfy this requirement. If it is determined to be in the best interest of the Government to utilize Seaport-E, then the applicable NAICS code and size standard will be 541330 “ Engineering Services and $38.5 million. Respondents should provide their business size in both potential NAICS codes. The previous contract for this requirement is N0018918F3023. Reponses to this Sources Sought request shall include the following information in this format: 1. Company name, address, point of contact name, phone number, fax number and email address. 2. Contractor and Government Entity (CAGE) Code. 3. If the services can be solicited from a GSA schedule, provide the GSA contract number. 4. If the services can be solicited from SeaPort, provide the contract number. 5. Size of business/category of small business - Large Business, Small Business, Small Disadvantage, 8(a), HUBZone, Woman-owned and/or Service Disabled Veteran-owned. 6. Capability statement displaying the contractor ™s ability to provide the services. A summary of past performance information may be included. If past performance information is provided, include only relevant past performance on the same/similar work within the last 5 years which was at least a year or more in duration. Also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. 7. The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. 8. Current Defense Security Service-approved Facility Clearance level. The contemplated acquisition will require personnel cleared to SECRET. To be eligible for a potential contact award, an offeror will be required to provide proof/verification of a current Defense Security Service-approved SECRET Facility Clearance at time of proposal submission. 9. Include any other supporting documentation desired. 10. Comments/suggestions on ways to improve the PWS are requested. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) typewritten pages in no less than 12 font size. Responses should be emailed to Jeannie Nienberg at mailto:jeannie.nienberg@navy.mil by 1000 AM EST on 15 November 2018. Again, this is not a request for a proposal. Respondents will not be notified of the results. 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. Attachments: Attachment I - DRAFT PWS Attachment II “ Sources Sought Text NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018919R0005/listing.html)
- Document(s)
- Attachment
- File Name: N0018919R0005_EODESU_ONE_MK16DLS_PWS.docx (https://www.neco.navy.mil/synopsis_file/N0018919R0005_EODESU_ONE_MK16DLS_PWS.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0018919R0005_EODESU_ONE_MK16DLS_PWS.docx
- File Name: N0018919R0005_Sources_Sought.docx (https://www.neco.navy.mil/synopsis_file/N0018919R0005_Sources_Sought.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0018919R0005_Sources_Sought.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0018919R0005_EODESU_ONE_MK16DLS_PWS.docx (https://www.neco.navy.mil/synopsis_file/N0018919R0005_EODESU_ONE_MK16DLS_PWS.docx)
- Place of Performance
- Address: 3632 Tulagi Road, Coronado, CA
- Zip Code: 92118
- Zip Code: 92118
- Record
- SN05140752-W 20181103/181101230828-781e46a320bcb40eb97ce387af74ad85 (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 |