Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 22, 2020 SAM #6902
SOURCES SOUGHT

J -- MHE and SMSE Maintenance Services

Notice Date
10/20/2020 3:05:14 PM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018921MHESMSE
 
Response Due
11/3/2020 1:30:00 PM
 
Archive Date
11/18/2020
 
Point of Contact
Heather Coleman, Dorothy Curling, Phone: 7574431955
 
E-Mail Address
HEATHER.COLEMAN@NAVY.MIL, dorothy.curling@navy.mil
(HEATHER.COLEMAN@NAVY.MIL, dorothy.curling@navy.mil)
 
Description
Sources sought for information and planning purposes to identify qualified and experienced sources for an anticipated Indefinite Delivery/Indefinite Quantity contract with firm-fixed-price and cost-plus-fixed-fee elements under NAICS code 811310 with a small business size standard of $8M.� Naval Supply Systems Command [NAVSUP] Fleet Logistics Center � Norfolk [FLC-N] requires Logistics Support Services to perform lubrication, maintenance, repair, overhaul actions [with full parts support] and transportation movement on Shipboard and Shore-based Material Handling Equipment [MHE] and Shipboard Mobile Support Equipment [SMSE]. MHE is defined as all self-propelled equipment normally used in storage and handling operations in and around warehouses, shipyards, industrial plants, airfields, magazines, depots, docks, terminals and aboard ships.� It includes, but is not limited to, all self-propelled MHE such as warehouse tractors, forklifts of various Equipment Condition Codes [ECC], platform trucks, pallet trucks, 463L aircraft loaders and automated material handling systems. It also includes non-powered shipboard pallet trucks.� SMSE includes, but is not limited to, container handlers, mobile shipboard cargo cranes, shipboard aerial work platforms, telescopic boom lift trucks, scissor-lift platforms, diesel conveyor vehicles and flight deck scrubbers [FDS].The anticipated period of performance for an eventual contract, if awarded, is a five year ordering period with the FAR 52.217-8 Option.� Subject to FAR Clause 52.215-3, entitled ""Solicitation for Information of Planning Purpose,"" this announcement constitutes a sources sought synopsis for written information only.� This is not a solicitation announcement for proposals: a contract will not be awarded from of this announcement. This sources sought notice 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.� The Fleet Logistics Center, Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive a contract vehicle that will provide qualified personnel to provide management and technical support in the skill areas noted in the first paragraph. Services shall be delivered to NAVSUP FLCN in Norfolk, Virginia.� Travel will be required.� Additional information can be found in the draft Performance Work Statement (PWS) (Attachment I). 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. Size of business - Large Business, Small Business, Small Disadvantaged, 8(a), Hubzone, Woman-owned and/or Veteran-owned. Capability statement displaying the contractor�s ability to provide personnel with qualifications, experience and clearance level as described in the PWS. Past performance information may be provided to bolster the contractor�s capability statement.� If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years.� Please 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. A �Rough Order of Magnitude� (ROM) estimate (non-binding) for the annual level of effort in Section 6.0 of the PWS. Comments, questions and recommendations regarding the experience and qualifications delineated in section 6.0 of the PWS are encouraged. Include any other supporting documentation. 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 eight (8) typewritten pages, single-spaced, in no less than 12 font size. Responses should be emailed to Ms. Dorothy Curling at Dorothy.Curling@navy.mil and Ms. Heather Coleman at Heather.Coleman@navy.mil by 4:30 PM ET on November 3, 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7fe7c2741e2a487296f9369e25532661/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN05833811-F 20201022/201020230151 (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.