SOURCES SOUGHT
J -- Preventive Maintenance Program, Yearly Certification and Calibration, and Remedial Maintenance services
- Notice Date
- 5/3/2021 5:04:33 PM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-5000 USA
- ZIP Code
- 23709-5000
- Solicitation Number
- N421582110532
- Response Due
- 5/10/2021 2:00:00 PM
- Archive Date
- 05/25/2021
- Point of Contact
- Karshena C. Pierce, Phone: 7573962119, Cheryl Copeland, Phone: 7573242101
- E-Mail Address
-
karshena.pierce@navy.mil, cheryl.copeland@navy.mil
(karshena.pierce@navy.mil, cheryl.copeland@navy.mil)
- Description
- Request for Information THIS IS A REQUEST FOR INFORMATION. THIS IS NOT A REQUEST FOR PROPOSAL. Norfolk Naval Shipyard C400 Contracting Department Requirement Description Norfolk Naval Shipyard� is currently in the acquisition planning phase for a potential upcoming procurement(s) to provide Preventive Maintenance Program (PM), Yearly Certification and Calibration (C&C), and Remedial Maintenance services that include spare parts for machine tools. The proposed acquisition classified under the North American Industry Classification System (NAICS) Code is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and PSC code J034 � Maint/Repair/Rebuild of Equipment- Metal Working Machinery. This RFI solicits input via capability statements from potential Offerors that have specialized capabilities necessary to meet the major elements of scope for the upcoming competitive procurement. Within these capability statements, NNSY is seeking feedback from Offerors and other interested parties regarding possible alternative approaches for the major elements of scope, as well as insight into potential contracting alternatives without affecting safety and achieving steady-state operations. NNSY will use the results of this market research to identify interested and capable sources and develop its acquisition strategy. Key market research goals include identifying and minimizing barriers to competition, evaluating small-business capabilities, and identifying risks. The number of procurements, contract type, and small-business set-aside possibilities will be determined through the acquisition planning process. The major elements of requirement are identified in Draft Statement of Work (SOW) Attachment 1. However, the comments will help inform what is ultimately included in NNSY�s acquisition plan and any requests for proposal that may be issued for this requirement. Both large and small businesses are encouraged to participate in this market research.� Joint ventures or teaming arrangements are encouraged and are up to each industry partner.� Multiple teaming arrangements are acceptable.� Please express your intentions in the questionnaire and capabilities package.� If applicable, please specify your small business classification in any response. NNSY will determine whether or not the requirement can be set-aside for small businesses, 8(a) small businesses, small disadvantaged businesses, economically disadvantaged women-owned small businesses, women-owned small businesses, HUB-Zone small businesses, veteran-owned small businesses, or service-disabled veteran owned small businesses and/or what small business program subcontracting opportunities exist, to enable development of appropriate acquisition plan. Small businesses, believing that they have the capability to perform all or a portion of the required services are encouraged to demonstrate such capabilities by submitting a capability statement in accordance with the instructions below. Instructions for Potential Offerors: All interested parties are hereby invited to submit a capability statement of no more than 10 pages, and no smaller than 12 point font. Also, electronic file submissions must be less than 20 Megabytes. The Government will evaluate each capability statement based on the interested parties� (and that of teaming partners when applicable) demonstrated qualifications, capabilities, expertise and past performance in each of the major elements of scope and areas of interest and expertise. More specifically, capability statements should include the following information as appropriate and as applicable: Company name, address, phone number, primary contact(s), email address, ALL applicable� NAICS code(s), business size (i.e., small/large), company's socioeconomics (i.e., woman-owned, Service Disabled Veteran Owned, HUBZone, 8(a), etc.) and DUNS Number. � State typical delivery time frame for replacement parts and describe vendor�s ability to obtain parts. � What technical qualifications and certifications are required to service each of the 21 specified items in Attachment 1 Statement of Work? � Identify method of obtaining replacement parts for the machines specified In Attachment 1 Statement of Work. � Provide information regarding warranty of repairs and replacement parts. � Identify any technical challenges and risks in meeting the major elements identified in the Attachment� 1 Statement of Work. � Identify how your organization would maximize the probability of successful performance. � NNSY is seeking solutions to creating an operations culture while accomplishing work safely and executing NNSY activities while improving efficiencies. Provide input and rationale to NNSY on contracting approach for the prospective procurement, including contract type, fee structure, optimal period of performance/timelines, key assumptions, and any risks and/or challenges that should be considered in the solicitation. Identify and describe any areas listed in the SOW believed to be missing or in need of clarification. If, after reviewing this document, you desire to participate in this market research request for information, you should reply via email with the corresponding questionnaire responses and your capabilities statement to karshena.pierce@navy,mil no later than 5:00 pm EST Monday, May 10, 2021.� Proprietary information should be clearly marked.� All submissions shall be sent via e-mail. The electronic format may be in Adobe Acrobat Portable Document Format (PDF) or compatible with Microsoft Office suite of software. NNSY personnel may contact firms responding to this announcement to clarify a responder�s capabilities and other matters as part of this market research process. Questions regarding this announcement shall be submitted in writing by e-mail to karshena.pierce@navy.mil. Verbal questions will NOT be accepted. Accordingly, questions shall NOT contain proprietary or classified information. NOTE: THE PROVIDED INFORMATION SHALL NOT EXCEED MORE THAN TEN PAGES IN LENGTH. DISCLAIMER:� This RFI is for informational/planning purposes only.�This is not a request for quote/proposal.� It does not constitute any form of solicitation and shall not be construed as a commitment by the government.� Responses in any form are not offers and the government is under no obligation to make any form of award as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this RFI is strictly voluntary. NNSY reserves the right to use any and all information submitted by, or obtained from, an interested party in any manner NNSY determines is appropriate, including, but not limited to, the creation of a competitive solicitation. An interested party should avoid including any classified, business confidential, and/or proprietary information in its response. The Government will not pay for any information that is provided in response to this announcement nor will it compensate any respondents for the development of such information.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4940abdc2d9b4aa8a2921483d4b7ad65/view)
- Place of Performance
- Address: Portsmouth, VA 23709, USA
- Zip Code: 23709
- Country: USA
- Zip Code: 23709
- Record
- SN05990124-F 20210505/210503230118 (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 |