Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2020 SAM #6863
SOURCES SOUGHT

20 -- Non-Watertight Doors

Notice Date
9/11/2020 1:20:48 PM
 
Notice Type
Sources Sought
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018920Q0081
 
Response Due
9/15/2020 9:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Nicholas Halda, Phone: 7574431943
 
E-Mail Address
nicholas.halda@navy.mil
(nicholas.halda@navy.mil)
 
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 replacement Non-Watertight doors for the USS Leyte Gulf (CG 55) . 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 332321 with a small business size standard of 750 employees. The Government has not yet determined whether an existing strategically sourced vehicle will be used to satisfy this requirement.� Reponses to this Sources Sought request shall include the following information in this format: Company name, address, point of contact name, phone number, fax number and email address. Contractor and Government Entity (CAGE) Code. If the services can be solicited from a GSA schedule, provide the GSA contract number. If the services can be solicited from SeaPort, provide the contract number. Size of business/category of small business - Large Business, Small Business, Small Disadvantage, 8(a), HUBZone, Woman-owned and/or Service Disabled Veteran-owned. 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. 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. Include any other supporting documentation desired. Comments/suggestions on ways to improve the PWS are requested and/or NAICS code designation. 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 Nicholas Halda at nicholas.halda@navy.mil by 1200 PM EST on 15 SEP 2020.� 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 Attachment II- Enclosure 1 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
SAM.gov Permalink
(https://beta.sam.gov/opp/f1bbe7b90258404e927582eb542b21fa/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN05795403-F 20200913/200911230154 (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.