SOURCES SOUGHT
J -- Diagnostic, Maintenance, and Refurbishment of Suzuki Brand Outboard Motors, East Coast.
- Notice Date
- 11/29/2023 10:45:20 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
- ZIP Code
- 32407-7001
- Solicitation Number
- N6133124RTM01
- Response Due
- 12/13/2023 10:00:00 AM
- Archive Date
- 12/28/2023
- Point of Contact
- Trivia Massaline, Phone: 8508198720
- E-Mail Address
-
trivia.s.massaline.civ@us.navy.mil
(trivia.s.massaline.civ@us.navy.mil)
- Small Business Set-Aside
- SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
- Description
- The purpose of this Sources Sought notice is to comply with Defense Federal Acquisition Regulation Supplement 206.302-1(d) posting requirement. The Naval Surface Warfare Center Panama City Division (NSWC PCD) intends to award a Blanket Purchase Agreement (BPA) to Anchor Innovation, Inc. (CAGE 3DCG2), on a Service Disable Veteran Owned Small Business (SDVOSB) sole source basis for the diagnostic, maintenance, and refurbishment of Suzuki brand Outboard Motors (OBMs) owned by the Navy located on the East Coast, mainly Virginia. This requirement provides for the inspection, repair and refurbishment of various OBMs (including lower end units) in order to return the items to a reliable, operational condition that can be sustained with routine maintenance. All work shall be performed by an authorized Suzuki distributor with Suzuki trained technicians. This acquisition will be conducted using simplified acquisition procedures for certain commercial services (FAR part 13.5). The Government's minimum needs have been verified by the certifying technical and requirements personnel. This memo does not authorize acquisition for other requirements. This proposed Blanket Purchasing Agreement (BPA) shall not exceed $750,000, per FAR 13.501(a)(2)(i), for a period of five years after award, or reaching this amount, whichever comes first. This purchase will be funded in its entirety with Operations, Maintenance, and Navy funds (OM&N). This acquisition is not suitable for full and open competition as Anchor Innovation, Inc. is the only known SDVOSB Suzuki distributor with trained, certified technicians authorized by Suzuki to resell parts and work on these motors. Selection of another service provider would void all warranties on the motors and compromise the integrity of OEM mandated inspections leading to repair procedures as recommended by the OEM, resulting in unacceptable risks to the Government. As such, the government does not expect significant savings through competition and it is more advantageous to the Government to award on a sole source basis to Anchor Innovation, Inc. For the reasons specified in paragraph 4 above, Anchor Innovation, Inc. is the only source that can meet the Government�s needs. On Friday November 24, 2023, the contracting activity performed a search of Suzuki authorized service providers and compared the results against the Small Business Administration Small Dynamic Small Business Search (SBA DSMS) tool. Anchor Innovation Inc. was the only business entity that populated as the sole authorized Suzuki service provider that can meet the stated minimum Government needs. In addition, this data was validated against the entity search tool provided through SAM.gov, which demonstrated that the only active business entity that matched the results from sources was Anchor Innovation, Inc. Moreover, based on this market research results, it is not expected that another SDVOSB meeting these qualifications will respond to the synopsis. This proposed agreement will be synopsize in the government point of entry sam.gov. Nonetheless, the contracting activity it is open to explore the establishment of BPA with other SDVOSB or other socioeconomic group small business entities that are Suzuki authorized as a full service dealer with Suzuki certified technicians and can demonstrate meeting the Government�s minimum requirements for this proposed acquisition. PSC: J020 - Maintenance, Repair and Rebuilding of Equipment: Ship and Marine Equipment NAICS Code: 336611 Size Standard: 1300 employees THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. It is intended that no solicitation will be available for this procurement. However, information provided herein is subject to change and in no way binds the Government to solicit or award a contract. The Government is not obligated and will not pay for preparation of responses to this notice. SUBMISSION CONTENT: Written responses are requested to be no more than 10 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base. b) NSWC PCD requests that companies respond by submitting (1) a summary outline and capabilities statement showing how requirements (summarized above) for the acquisition of Sensor Interface Units will be met; (2) contract numbers and descriptions for similar type work and products as evidence of capabilities; (3) a description of your company's past experience and performance of similar contracts, including whether any of these have CPARs ratings. This description shall address and demonstrate, through prior and/or current experience, an understanding of this requirement; (4) any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/062d83679cf34bfcbc8f278eb988751f/view)
- Place of Performance
- Address: VA 23454, USA
- Zip Code: 23454
- Country: USA
- Record
- SN06898124-F 20231201/231129230059 (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 |