Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2020 SAM #6658
SOURCES SOUGHT

J -- Dresser Rand Ships Service Air Compressors (SSAC)

Notice Date
2/19/2020 11:22:15 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-5000 USA
 
ZIP Code
23709-5000
 
Solicitation Number
N42158-20-Q-0010
 
Response Due
3/11/2020 11:00:00 AM
 
Archive Date
03/26/2020
 
Point of Contact
Stanay Harrell, Phone: 757-967-3005, Alicia Thomas, Phone: 757-396-1662
 
E-Mail Address
stanay.harrell@navy.mil, alicia.n.thomas@navy.mil
(stanay.harrell@navy.mil, alicia.n.thomas@navy.mil)
 
Description
Norfolk Naval Shipyard (NNSY) is issuing this Sources Sought Notice (�Notice�) for the sole purpose of conducting Market Research in accordance with Federal Acquisition Regulation (FAR) Part 10 to cover support services for the Dresser Rand Ships Service Air Compressors (SSAC) on the Nimitz Class aircraft carriers (CVN). Another purpose of this Notice is to determine the availability and capability of qualified small businesses to perform these services on the associated vessels. All interested parties are welcome to provide a response.� The anticipated services include all personnel, labor, material, supplies, and equipment. The applicable North American Industry Classification System (NAICS) code assigned is 336611.� The Government anticipates issuing a solicitation for a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm-Fixed Price provisions and a period of performance of a base year and four (4) one-year option periods for the services outlines in Attachment 1. The Government is interested in responses from all qualified and experiences sources capable of providing the services. Large and small companies that have experience with these services are encouraged to respond to this Notice by 11 March 2020 at 2:00 PM EST. �The submission of information is for planning purposes only and is not to be construed as a commitment by the Government to procure any items or services. This is not a solicitation for proposals and the Government will not award a contract because of this Notice.� The Government will not return any information submitted nor will the Government compensate any company who responds to this Notice. Proprietary information submitted will be protected when so designated. The following key information is requested:� �1.��Organization name, address, email address, web site address, telephone number, CAGE code, DUNS number, point of contact (name, phone# and e-mail); your company�s business size type/status.� If your company is a small business, please identify any applicable socio-economic classifications such as Woman-Owned, Service-Disabled Veteran-Owned, HUBZone, 8(a), etc.? �2.��� Have you performed the same or similar work in the past? If so, please list the contract name, contract number, dollar amount, period of performance, and point of contact�name, title, email, and telephone number. �3.��� Have you managed a task of this nature? �4.��� Explanation of the company's ability to perform greater than 50% of the efforts required. This statement shall not reiterate or duplicate the language set forth in this attachment, but rather, your capabilities statement shall demonstrate your company�s ability to perform these critical tasks. Additionally, if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Interested sources should send requested information in a single Adobe Acrobat (.pdf) email attachment to stanay.harrell@navy.mil with a page limitation of 10 letter sized, single sided pages including all attachments, charts etc. (single spaced, 1-inch margins, 12 point font minimum excluding charts and graphics). NO HARD COPY OR FACSIMILE SUBMISSIONS SHALL BE ACCEPTED. Requests for a solicitation package will not be honored nor will requests for a technical point-of-contact information be provided. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE, THIS REQUIREMENT WILL BE CONSIDERED FOR APPROPRIATE SET-ASIDE PROGRAM PARTICIPATION (IF APPLICABLE) IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATIONS.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/62d61f9e95914b09adfa4958a1ffbdc0/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN05566015-F 20200221/200219230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.