SOURCES SOUGHT
F -- Oil Spill Response Equipment
- Notice Date
- 1/19/2024 1:57:43 PM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- GSA/FAS/GSS/QSCBD/ASSISTED CONTRACTING BRANCH B Washington DC 20006 USA
- ZIP Code
- 20006
- Solicitation Number
- 47QSWC23K0005
- Response Due
- 1/25/2024 1:00:00 PM
- Archive Date
- 02/09/2024
- Point of Contact
- Shemeka (""JJ"") Johnson-Jenkins, Phone: 8178508279, Calvin Blue
- E-Mail Address
-
shemeka.johnson-jenkins@gsa.gov, calvin.blue@gsa.gov
(shemeka.johnson-jenkins@gsa.gov, calvin.blue@gsa.gov)
- Description
- 1. Background: The Government contemplates soliciting for the award of a potential contract for the attached items on behalf of the Naval Facilities Engineering Systems Command (NAVFAC) Engineering & Expeditionary Warfare Center (EXWC) to acquire oil spill response equipment. 2. Requirements: This Request for Information (RFI)/Sources Sought Notice (SSN) is for planning and information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute a Request for Quote (RFQ), nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. For this acquisition, we have conducted initial due diligence to identify potential NAICS and PSC codes. We value your industry expertise and welcome your feedback on the following codes, recognizing that your insights are invaluable in selecting the most appropriate NAICS and PSC codes. For the purpose of this acquisition, the Government contemplates use of North American Industry Classification System (NAICS) code 562910.�PSC F112 Environmental Systems Protection Oil Spill Response. (Please consider these proposed codes as a preliminary guideline for understanding the categorization of products or services in this procurement. Final codes will be communicated in the official solicitation). The government is issuing this RFI/SSN to gather information and identify potential sources capable of providing the products outlined in ""Attachment 1 Draft Specifications."" The Government contemplates soliciting for the award of a potential contract for the attached items on behalf of Naval Facilities Engineering Systems Command (NAVFAC) Engineering & Expeditionary Warfare Center (EXWC). This procurement is anticipated to be a Firm Fixed Price (FFP) contract with a one-year base period and four one-year option periods. The Information received in response to this notice will be used to further define the government's requirement and determine if two (2) or more capable small businesses respond with information sufficient to support a small business set-aside. We encourage all interested large and small businesses capable of satisfying the requirement in full or in part to identify their capabilities in meeting the requirement. 3. Response Submission: Information received as a result of this RFI/SSN will be used solely for market research purposes. The Government shall use this market research in determining the best method of procurement, which is part of the acquisition planning process. This RFI/SSN is for information purposes only and no award will result from the RFI/SSN.�To respond, please send an email to shemeka.johnson-jenkins@gsa.gov.� A. RESPONSE TO THIS RFI/SSN: To be considered responsive to this RFI/SSN, please provide a concise capability brief that includes: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) 2. In addition, offerors are requested to identify if they take Exception to any items in Attachment 1. Your response to this RFI/SSN should clearly demonstrate how your product or service meets or exceeds the stated criteria. If you find Exception to any items, offerors have the opportunity to note any deviations from the requirements. Offerors' must clearly outline and justify each exception, providing detailed explanations for any proposed alternative solutions. Please be explicit in providing the adverse impact (if any) on the functionality, performance, or quality of the unit or services. 3. The following information shall be contained in offerors' responses to ensure proper regulatory and schedule considerations are satisfied: - NAICS - TAA Compliant Please provide information on the TAA compliance of the items you are offering. Indicate whether the products originate from TAA compliant countries or if any exemptions apply. This information will assist in understanding the availability of TAA compliant solutions on the schedule. - Delivery Terms # Days After Receipt of Order (ARO) - Open Market Item Offerors' are requested to specify the percentage of items proposed that will be sourced through the open market and those that will be acquired from their MAS. This information is crucial for our procurement and will assist in evaluating the solicitation strategy. 4. Any other general information or suggestions for the Government regarding these items (e.g., recommendation for Multiple RFQs and/or Multiple Awards, NAICS, PSCs). 5. Please reference the attached Draft Specification Sheet (Attachment 1). The contractor must be able to provide this support in accordance with the attached DRAFT Specification Sheet.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4f216c2bc67b4ec1b5158559fec6405d/view)
- Place of Performance
- Address: Port Hueneme, CA, USA
- Country: USA
- Country: USA
- Record
- SN06940500-F 20240121/240119230049 (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 |