SOLICITATION NOTICE
J -- TS GOLDEN BEAR ME Automation Systems Support
- Notice Date
- 3/6/2020 12:16:53 PM
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- 6991PE DOT MARITIME ADMIN OAKLAND CA 94612 USA
- ZIP Code
- 94612
- Solicitation Number
- 6991PE20Q000015
- Response Due
- 3/10/2020 2:30:00 PM
- Archive Date
- 03/25/2020
- Point of Contact
- Melissa Reams
- E-Mail Address
-
melissa.reams@dot.gov
(melissa.reams@dot.gov)
- Description
- Maritime Administration (MARAD) intends to acquire on a sole source basis, from Kongsberg Maritime, Automation Support Service for the Main Engine�on the TS Golden Bear. The Government intends to solicit the proposed contract for services with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit offers. To be considered contractors must demonstrate they are authorized and capbable of performing work as described in attached SOW. This notice of intent is not a request for competitive quotes. However, all quotes received before the response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the puSmall Business (EDWOSB), and Woman-Owned Small Business (WOSB)) to identify their capabilities in meeting the requirement at a fair market price.� Contractor tasks include, but are not limited to the following:� Contractor will provide tents and cots for approximately no less than 2000 Soldiers.� The Vendor will be responsible for set up as well as take down of tents.� Tents will need to have HVAC as well as interior lighting.� Generators to run power to tents will need to be diesel powered.� Please see attached PWS for more details. Interested business concerns should provide a brief capabilities package via email to: Mr. John Weber, Contract Specialist���������� john.d.weber.civ@mail.mil�� and Ms. Karen Robben, Contract Specialist � �� karen.l.robben.civ@mail.mil Your email subject line should reflect:� Response to Sources Sought, W912JC-20-Q-5707. Capability packages must be submitted by no later than Friday, March 13, 2020. 12:00 pm CST and should include the following: �A company profile including company references for each work item within its respective paragraph 2. At this time, the Navy does not have�discs containing the applicable references available for distribution. When the Navy�does obtain said disks, the Contracting Officer will issue an Amendment to incorporate a J-2�Attachment - ""Work Item References"" signifying that disks are available for distribution* ___________ The Naval Sea Systems Command (NAVSEA) hereby issues solicitation N00024-20-R-4463 for the execution of the USS OAK HILL (LSD 51) Selected Restricted Availability (SRA). The availability includes a combination of maintenance, modernization, and repair, and is expected to require a highly capable contractor with substantial facilities, to include a class capable pier as well as human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization. The availability is competed on a coast-wide basis. Based on the complexity, magnitude, and duration of the requirement, the Government's market research indicates there are not two or more small business concerns capable of competing for the requirement and therefore this procurement will not be set-aside for small business (FAR 19.502-2(b)). NAVSEA issues this solicitation electronically via beta.SAM.gov and interested parties must comply with that announcement. Interested offerors should monitor the beta.SAM.gov page for the release of the solicitation, and any applicable amendments. Offerors must be registered in the System for Award Management (SAM) in order to participate in this procurement (https://www.sam.gov). Beta.SAM.gov is the official Government point of entry. All responsible sources may submit a proposal, which shall be considered by the agency. The work packages and all J and S attachments not posted will be released after the RFP has been announced on beta.SAM.gov. Offerors are to note that Attachments S-5 Enclosure (1), J-1, J-3, J-4, J-5, and CDRL Exhibits will not be posted to beta.SAM.gov but are available by written request to Stephanie Hoffman at stephanie.l.hoffman@navy.mil and Robert Miron at robert.v.miron@navy.mil. Companies that�wish to receive the Government Furnished Information (GFI) relevant to this solicitation are to submit a signed statement to Stephanie Hoffman at stephanie.l.hoffman@navy.mil and Robert Miron at robert.v.miron@navy.mil, on company letterhead, that states your company is a United States Department of Defense Contractor. This statement will be verified in System for Award Management located at (https://www.sam.gov/SAM/). The Government anticipates making a single award August 2020. The availability start date is anticipated to be January 2021. Place of Performance: Contractor�s Facility; East Coast, USA
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0710e8309e9d40619b1d4e199c672ff3/view)
- Place of Performance
- Address: Vallejo, CA 94590, USA
- Zip Code: 94590
- Country: USA
- Zip Code: 94590
- Record
- SN05581916-F 20200308/200307085918 (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 |