SOURCES SOUGHT
99 -- Procurement of One (1) Depot-Level Electro-Mechanical Actuator System (EMAS)
- Notice Date
- 1/27/2023 12:52:16 PM
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
- ZIP Code
- 20670
- Solicitation Number
- N68520-23-RFPREQ-613000K-0101
- Response Due
- 2/15/2023 12:00:00 AM
- Point of Contact
- Amanda Taylor, Tiffany Crayle
- E-Mail Address
-
amanda.j.taylor80.civ@us.navy.mil, tiffany.l.crayle.civ@us.navy.mil
(amanda.j.taylor80.civ@us.navy.mil, tiffany.l.crayle.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- INTRODUCTION The Commander, Fleet Readiness Center (COMFRC) Procurement Group (PG), in support of the Fleet Readiness Center Southwest (FRCSW) � North Island, intends to procure one (1) new Depot-Level Electro-Mechanical Actuator System (EMAS), Linear, �in support of FRCSW, North Island, Actuator Shop for the purpose of testing Linear Actuators of Multi-Platform Aircraft; F/A-18 (A thru F) Navy/Air Force Owned, C-2, E2-C, and P-3 of Aerospace Actuators. Please see the DRAFT Statement of Work (SOW) (Attachment 1) for the entire set of requirements. DISCLAIMER ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SUBMIT A CAPABILITY STATEMENT. THE RESULTS OF THIS SOURCES SOUGHT WILL BE UTILIZED TO DETERMINE IF ANY SMALL BUSINSS SET-ASIDE OPPURTUNITIES EXIST. ALL SMALL BUSINESS SET-ASIDE CATEGOREIS WILL BE CONSIDERED. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A 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 AWARD A CONTRACT 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND FRC-SW is soliciting information for EMAS Test Stand contract holders on its ability to provide the Government�s requirement for �Section 3.0 - Requirements� on the document: CIP# 6DC3EL0836SE in accordance with the Draft Statement of Work, Attachment SUBMITTAL INFORMATION (CAPABILITIES STATEMENT) Interested businesses shall submit brief capability statements (no more than 10 pages in length, single spaced, 12 point font minimum) electronically in Microsoft Word or Portable Document Format (PDF) via email at amanda.j.taylor80.civ@us.navy.mil and tiffany.crayle@navy.mil no later than 12:00PM Eastern Standard Time (EST) on February 15, 2023. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. All data received in response to this Sources Sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Capability statement packages should demonstrate the ability to perform the services listed in the attached SOW. This documentation must address, at a minimum, the following: 1. Title of the SOW being referenced; 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status 3. Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. 4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; 5. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified; 6. Statement regarding capability to obtain the required industrial security clearances for personnel; 7. If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2019-O0003 is now in effect which adds the definition of �Similarly Situated Entity� and changes the 50% calculation for compliance with the clause. Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2019-O0003 dated 12/3/18 at https://www.acquisition.gov/browse/index/far). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice in order to assist the Government�s capability determination. 8. What specific technical skills does your company possess which ensures capability to perform the SOW tasks? It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the work specified under the draft SOW. 9. If the company finds itself not capable to perform all parts of the SOW, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontracts, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. If your company has any questions about the structure of the SOW, or areas that may need further definition, please also identify those in the response. 10. Interested companies shall respond with existing capabilities and products that meet all or a subset of the aforementioned attributes. Please provide details on one or more like or similar to the EMAS Test Stand (no more than 5 examples from the past three (3) years) that fall within the scope of the requirement below to demonstrate that the company has successfully executed and delivered those like or similar EMAS Test Stand to its customers. If possible, a rough order of magnitude consisting of pricing estimates would be helpful for planning purposes. Responses to this Sources Sought, including any capability statements and communications regarding this solicitation, shall be electronically submitted via email. All responses must be sufficient in detail to permit agency analysis to establish bona fide capability to meet requirements. Contract Specialist / Primary Point of Contact: Amanda Taylor Email: Amanda.j.taylor80.civ@us.navy.mil Secondary Point of Contact: Tiffany L. Crayle, Procuring Contracting Officer Email: tiffany.l.crayle.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dd009ba815c44776b82c3ec7cee89ab5/view)
- Place of Performance
- Address: Coronado, CA 92118, USA
- Zip Code: 92118
- Country: USA
- Zip Code: 92118
- Record
- SN06575942-F 20230129/230127230105 (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 |