Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2021 SAM #7326
SOURCES SOUGHT

J -- Bourn & Koch Service Contract

Notice Date
12/20/2021 1:01:29 PM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
 
ZIP Code
20670
 
Solicitation Number
N68520-22-R-0002
 
Response Due
1/20/2022 11:00:00 AM
 
Point of Contact
Sifiso Mkhize
 
E-Mail Address
sifiso.mkhize.civ@us.navy.mil
(sifiso.mkhize.civ@us.navy.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This is a sources sought market survey. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. There is no RFP available at this time. Any information submitted by respondents to this RFI is strictly voluntary. Responders are advised that the United States Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a RFP is released, it will be synopsized on beta.sam.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. PSC Code: J049�������� � Maintenance, Repair, and Rebuilding of Equipment NAICS Code: 811310 � Commercial and Industrial Machinery and Equipment Repair and Maintenance COMFRC PG has been tasked by the Commander Fleet Readiness Center (COMFRC) to establish an Indefinite Delivery / Indefinite Quantity (IDIQ) single award contract to establish the framework to procure, replace, upgrade, repair, and obtain maintenance necessary to support grinding and boring equipment listed below located at the three (3) major depot level maintenance centers at: Fleet Readiness Center Southeast (FRCSE) - Naval Air Station, Jacksonville, FL Fleet Readiness Center East (FRCE) - Marine Corps Air Station, Cherry Point, NC Fleet Readiness Center Southwest (FRCSW) - Naval Air Station, North Island, CA Location� � � � � � Asset� � � � � � � � � � � � Description� � � � � � � � � � � � � � � � � � � Model #� � � � � � �Serial #� � � � � � � � � � � � � � � Part # FRCSW� � � � 00246030445� � � BLANCHARD VERICAL GRINDER� � � � � � � � � � � � � � � � � � � � �12018� � � � � � � � � � � � � � � � � 22-42 FRCSW� � � � � 5888029737� � � SPRINGFIELD VT GRINDER� � � � � � � � � � � � � � � � � � � � � � �S-29462-97� � � � � � � � � � � � � � �42CNC FRCSW� � � �65888041014� � � �BORING MACHINE, JIG HORIZONTAL� � � � � � � � � � � � � � � � �8347� � � � � � � � � � � � � � � � � � �3H48 FRCSW� � � � 6588800956� � � � �BORING MACHINE, JIG HORIZONTAL� � � � � � � � � � � � � � � � 8749� � � � � � � � � � � � � � � � � � �3H48 FRCSW� � � � 92430000212� � � JIG BORE / JIG MILL� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �7-208� � � � � � � � � � � � � � � � � � �3B48 FRCSW� � � � 92430000207� � � �JIG BORE / JIG MILL� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 12-206� � � � � � � � � � � � � � � � � �3B48 FRCSE� � � � �65886007130� � � � MOTCH VERTICAL GRINDER� � � � � � � � � � � � � � � � � � � S-74174-88� � � � � � � � � � � � � � � � � 25EC FRCSE� � � � �65886055562� � � � SPRINGFIELD�VT�GRINDER� � � � � � � � � � � � � � � � � � � � S29814101� � � � � � � � � � � � � � � � � 48CNC FRCSE� � � � �65886055563� � � � SPRINGFIELD�VT�GRINDER� � � � � � � � � � � � � � � � � � � � S29814201� � � � � � � � � � � � � � � � � 48CNC FRCSE� � � � �65886014413� � � � �MOTCH VERTICAL GRINDER� � � � � � � � �VGC52� � � � �S-2943390� � � � � � � � � � � � � � � � �VGC52 FRCSE� � � � 65886055135� � � � MOTCH�CNC�VERTICAL�TURRET LATHE� � 125VNC� � � � � �23016� � � � � � � � � � � � �VT298503-03 FRCSE� � � � 65886055492� � � � �MOTCH�CNC�VERTICAL�TURRET LATHE� � 125VNC� � � � � 23013� � � � � � � � � � � � VT298502-03 FRCSE� � � � 65886014414� � � � �MOTCH VERTICAL GRINDER� � � � � � � � � � � VGC52� � � � S-2943290� � � � � � � � � � �VGC52 FRCSE� � � � 65886055198� � � �MOTCH�CNC�VERTICAL�TURRET LATHE� � �125VNC� � � � � � �23010� � � � � � � � � � � VT298501-03 FRCSE� � � � 65886061682� � � �VERTICAL�GRINDER,�TR-2� � � � � � � � � � � � � � � � � � � � � � � � SPR330797357005� � � � �330797357005 FRCE� � � � � �65923082571� � � � JIG�BORE�/�JIG�MILL� � � � � � � � � � DEVLIEG�JMC4360� � �DV60520155-JMC436008� � � JMC4360 FRCE� � � � � 65923082629� � � � BORING�MACHINE,�JIG�HORIZONTAL� � DEVLIEG�JMC5460� �DV54537734-JMC546009 RESPONSES Please answer the following questions/provide the following feedback in your response to this RFI: Please identify your company's small business size standard based on the primary NAICS code of 811310. The small business size standard for this NAICS code is 1,250 employees. For more information refer to http://www.sba.gov/content/table-smallbusiness- size-standards. Please identify, if your business is categorized as a small business by the SBA, or any of the following subcategories: Small Business (SB) Concern, 8(a), Small Disadvantaged Business (SDB), Woman-Owned Small Business, Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business, or a Service-Disabled Veteran-Owned Small Business. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under the primary NAICS code? If you are a SB please answer questions 5a & b. (a)� What percentage of this requirement do you plan to perform in house (not sub-contract out)? Also indicate (with supporting rationale) if/how your company would be compliant given the restrictions identified in the Defense Authorization Bill 2013, which states that at least 50 percent of the total contract cost will be performed by the small business prime contractor or small business similar situated entities. (b)� If you are a small business, does your company have adequate resources, financial or otherwise, to perform the requirement? Please provide any other pertinent information. Interested parties shall respond to questions 1-3 by 02:00pm on 20 January 2021. All information submitted should support the offeror's capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these items and sent to Sifiso Mkhize, COMFRC PG sifiso.mkhize.civ@us.navy.mil. Verbal responses are not acceptable and will not be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f86b72ac57f542b1abeab7ee24eaab87/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06201994-F 20211222/211220230116 (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.