Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 09, 2023 SAM #8017
SOURCES SOUGHT

20 -- Mooring and Towing Lines, Wire Rope, Slings, Pendants and Fittings

Notice Date
11/7/2023 3:54:12 PM
 
Notice Type
Sources Sought
 
NAICS
314994 — Rope, Cordage, Twine, Tire Cord, and Tire Fabric Mills
 
Contracting Office
MSC NORFOLK NORFOLK VA 23511-2313 USA
 
ZIP Code
23511-2313
 
Solicitation Number
N3220524R2263
 
Response Due
12/1/2023 1:00:00 PM
 
Archive Date
12/16/2023
 
Point of Contact
Samantha T. Frederick, Phone: 7573415737, Alvinia R. Jenkins, Phone: 7574435881
 
E-Mail Address
samantha.t.frederick.civ@us.navy.mil, alvinia.r.jenkins.civ@us.navy.mil
(samantha.t.frederick.civ@us.navy.mil, alvinia.r.jenkins.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for proposal and no contract or purchase order will be awarded from this notice. There is no solicitation available at this time. Military Sealift Command (MSC), Norfolk, has a requirement for mooring and towing lines, wire rope, and slings for MSC assets worldwide to support operation and maintain fleet readiness. The Contractor shall provide mooring and towing lines, wire rope, slings, pendants and fittings in accordance with the specifications set forth within the Statement of Work (SOW).� The Government is contracting not only for specified products, but also for the availability and delivery of these products to government warehouses located within the continental United States within the time constraints defined by this Contract.� The Contractor shall provide products, for MSC ships and any other Government owned or Government chartered ships as directed. The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, FAR Clause 52.219-14 - Limitations on Subcontracting (DEVIATION 2021- O0008), applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If the Government determines that a small business set aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 will be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. ��� The NAICS Code is 314994 - Rope, Cordage, Twine, Tire Cord, and Tire Fabric Mills The Product Service Code: 2090 � Miscellaneous Ship and Marine Equipment Again, THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. This is a market research tool used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. Respondents will not be notified of the results and the U.S. Government is not required to answer any questions submitted in regards to this notice. Please note the information within this notice will be updated and/or may change prior to an official synopsis/solicitation, if any. ��� CAPABILITY PACKAGE SUBMISSION REQUIREMENTS: It is requested that interested businesses submit a capabilities package demonstrating ability to provide the requested services. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring the requirement to be consistent with industry. Responses should reference the Sources Sought Notice and shall include the following information in this format: (a) Company profile to include number of employees, office location(s), Unique Entity ID and CAGE Code. (b) Point of contact, telephone number, fax number, address, and email address (if available) (c) Small business standing (i.e., large or small business, if small business, the specific Category/NAICS of small business). (d) Capability statement addressing aptitude to properly provide services worldwide as required in the Statement of Work (SOW) in addition to any information that demonstrates the ability to meet the requirements in the SOW. (e) Describe your ability to support the scope of the requirement listed in this notice and applicable attachments as a stand-alone company or as a teaming venture with other companies. Identify if those companies may be large or small businesses. (f) Describe any past performance efforts with a similar scope to the proposed requirement. Provide contract numbers, dollar value, and the period of performance for each contract referenced in the response to this sources sought notice. (g) Provide a Rough Order of Magnitude (ROM). The ROM shall include a total price for the effort as well as the annual pricing for all required services. Documentation of technical expertise and experience must be presented in sufficient detail for the U.S. 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 Twenty (20) type written pages in no less than 12 font. All technical questions and inquiries may be submitted within the response. (h) The Rough Order of Magnitude (ROM) shall include responses to the questions below: 1.������Is your company capable of delivering all products listed in the (draft) SOW and associated attachments? If not, please provide a list of the products and the factors affecting their availability.� 2.������Are the products you supply manufactured by your company or a third-party manufacturer? Please provide a list of each.� 3.������Please provide a list of long lead-time products being requested, and estimates for those known products. 4.������Can you ship the items in the SOW at a firm fixed price to two CONUS locations, Norfolk, VA and San Diego, CA, occasionally, material requested will require shipment to any port of call within closest proximity to the MSC asset? 5.������Can you attain government base access? 6.������What are your invoicing procedures? RESPONSES ARE DUE on Friday, 01 December 2023 by 04:00 PM Eastern Standard Time. Responses shall be sent via email to the following address: samantha.t.frederick.civ@us.navy.mil. Questions or comments regarding this notice may be addressed to Samantha Frederick at the above email address or via phone at 757-341-5737.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f3caa70b22ef48b5bbe687bdd9413236/view)
 
Record
SN06878894-F 20231109/231107230136 (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.