Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 08, 2023 SAM #8016
SOURCES SOUGHT

20 -- IVER Autonomous Underwater Vehicle (AUV) material and maintenance services

Notice Date
11/6/2023 1:43:37 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N0024424R0006
 
Response Due
11/15/2023 8:00:00 PM
 
Archive Date
11/30/2023
 
Point of Contact
Charles Bruce charles.e.bruce2.civ@us.navy.mil
 
E-Mail Address
charles.e.bruce2.civ@us.navy.mil
(charles.e.bruce2.civ@us.navy.mil)
 
Description
Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego (FLCSD) intends to award a firm fixed price contract under the authority of FAR 6.302-1(b)(1); Only one responsible source and no other supplies or services will satisfy agency requirements to: L3Harris, 275 Martine Street Suite 301, Fall River, MA 02723 for IVER Autonomous Underwater Vehicle (AUV) material and maintenance services in order to sustain a fully operational Inventory. IVER AUVs are utilized to conduct surveys in support of intelligence preparation of the operational environment and to provide tailored and interpretive meteorology and oceanography (METOC) forecasts and recommendations in support of operational mission planning and execution. Failure to approve will result in the degradation and eventual failure of operational missions. NOMWC and NOSWC will be unable to provide tailored interpretive METOC forecasts and recommendations to optimize route planning, platform selection, gear load-out, execution timelines, actions at the objective, and/or sensor employment/emplacement in support of operational mission planning and execution. This procurement is anticipated to be a Cost-Plus Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) single award contract (MAC). NAVSUP FLCSD anticipates issuing a solicitation for one (1) base year and four (4) one-year option periods for a total Period of Performance of five (5) years. The North American Industry Classification System (NAICS) Code is 334511 and the Small Business Size Standard is $1,350 Employees. The DRAFT Statement of Requirement (SOR) is attached. The purpose of this Sources Sought Notice is to locate and identify qualified 8(a)s, Hubzones, Women and Service-Disabled Vets and S/B sources to determine if sources exist. Interested 8(a)s, Hubzones, Women and Service-Disabled Veterans and Small Business firms are invited to respond to this sources sought announcement by demonstrating Technical Capabilities (not to exceed ten (10) pages not inclusive of the cover page) that summarizes relevant experience, knowledge, and capabilities consistent with the effort described in the Draft SOR. Respondents shall provide information related to contracts where the respondent was involved at a comparable level of effort. In addition, interested 8(a)s, Hubzones, Women and Service Disabled Vets and S/B firms are invited to respond to this sources sought announcement by providing the following: (1) name and address of applicant (corporate/principal office and socioeconomic status); (2) name, telephone and email address of point of contact; (3) NAICS and Cage Code; (4) contractor�s technical capabilities statement; and (5) The contractor�s technical capability or potential approach to achieving technical ability to perform at least 51 percent of the cost of the proposed contract with its own employees. The Technical Capabilities statement should summarize experience and knowledge relative to the SOR draft. The respondent should describe qualifications and experience in working with specific relevant work, providing sufficiently detailed descriptions to allow an accurate assessment of relevancy and nature of the work performed. Technical Capabilities will be evaluated on previous and/or current experience. A determination as to whether this acquisition will be a set-aside for 8(a)s, Hubzone, Women and Service-Disabled Veterans and Small Businesses will be based upon responses to this notice. Small Business programs identified above are only invited to respond to this sources sought. Interested firms are requested to submit information statement electronically by 1:00 p.m. PST on 16 November 2023 to the POC e-mail-address listed. For information regarding this sources sought contact POC, Charles Bruce, email charles.e.bruce2.civ@us.navy.mil. Proprietary data will be protected when so designated. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. This is NOT a request for proposal (RFP), invitation for bid (IFB), or an announcement of a solicitation as no solicitation package exists at this time. The request is for informal purposes only. No cost data should be submitted. The Government will not pay for any materials provided in response to this notice or any follow-up information requests. Submittal will not be returned to the sender. Respondents will not be notified of the results of the evaluation. NAVSUP FLCSD will utilize the information for technical and acquisition planning only. For future information about this announcement refer to the Navy Electronic Commerce Online (NECO) website. The requirements for your e-submission are adobe acrobat to create the PDF file, 8.5X11 paper, Time New Roman, font size 11.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/36f4373a0a284e1fb5991ae5a8aced8f/view)
 
Place of Performance
Address: 1 University Circle, Monterey, CA 93943, USA
Zip Code: 93943
Country: USA
 
Record
SN06877470-F 20231108/231106230133 (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.