Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 28, 2024 SAM #8402
SOURCES SOUGHT

J -- MK 41 VERTICAL LAUNCH SYSTEM (VLS) HATCH OVERHAUL IDIQ

Notice Date
11/26/2024 6:44:39 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SOUTHEAST REGIONAL MAINT CENTER MAYPORT FL 32228-0057 USA
 
ZIP Code
32228-0057
 
Solicitation Number
N4002725VLS001
 
Response Due
12/26/2024 11:00:00 AM
 
Archive Date
01/10/2025
 
Point of Contact
Vanessa Bouknight, Phone: 90427051265867, Fax: 9042705056, Bernard Ciamarichello, Phone: 90427051263517, Fax: 9042705056
 
E-Mail Address
vanessa.t.bouknight.civ@us.navy.mil, bernard.ciamarichell@navy.mil
(vanessa.t.bouknight.civ@us.navy.mil, bernard.ciamarichell@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This SOURCES SOUGHT SYNOPSIS is being issued by the Southeast Regional Maintenance Center (SERMC) as a means of conducting market research to identify parties having interest in and the resources to support this requirement for MK 41 Vertical Launch System (VLS) Hatch overhaul under an Indefinite Delivery, Indefinite Quantity (IDIQ) firm fixed price type contract for a five (5) year ordering period. This is NOT a Request for Proposal and in no way constitutes a solicitation nor obligates the Government to award a contract or order of service. The Government will not pay for any effort expended, or any materials provided in response to this announcement, nor will the Government return any data provided. The purpose of this Source Sought is to seek out interested businesses capable of fulfilling this requirement. All responses to this Sources Sought are STRICTLY voluntary. SERMC is contemplating a single award, IDIQ, firm fixed price contract for a five (5) year ordering period. Market research is being conducted to determine industry interest and capability in performing the upcoming MK 41 VLS requirement. The applicable North American Industry Classification System (NAICS) code for this procurement is 336611 � Ship Building and Repair. Interested parties must be approved by In-Service Engineering Agent (ISEA) and have qualifications in accordance with NAVSEA Instructions 8394.2G of 10 May 2013, MK 41 VLS Safety and Design Precepts. Qualified titles are as follows (but not limited to) Certified Systems Maintenance Technician (SMT) or certified VLS Test Directors (TD). In addition, the successful awardee must conduct overhauls IAW VLS IMS NO 4810-6692849-019 REV F and have a minimum of three years of experience on MK 41 VLS hatches. The notice of interest should include a capabilities statement that addresses the following items to demonstrate the Contractor�s capability to perform the service described herein. The capabilities statement shall include: 1. The contractor�s ability to manage, as prime contractor, types of tasking as provided in this notice; and 2. Demonstrated ability to manage, technical ability and capacity may include citing and describing the same or similar relevant performance but does not limit the interested contractor�s approach to demonstrate capability. If your organization has the capacity to meet the needs of this requirement, please provide a capabilities statement with a maximum of 10-pages that will be used to demonstrates the ability to perform the services described herein. The capabilities statement shall include: CAGE Code Company�s name and address Email address Website address Telephone number Business size and type of ownership Point of Contact (POC) information Narrative of the company�s technical capabilities Contractor capability to perform this IDIQ as a single award The technical capability narrative should address the particulars of this effort, and if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The statement should also identify past or current contracts and/or subcontractors for similar efforts that were awarded to the firm. For each contract identified, please provide the contract number, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a point of contact for the customer/recipient of the work performed. Based on the responses to this Source Sought notice and market research, this requirement may be set-aside for small businesses or procured through full and open competition; and a single award will be made. Telephone inquiries will not be accepted or acknowledged. No feedback or evaluations will be provided to respondents regarding their submissions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/50b50279421a416993f1f1fde52cd5fb/view)
 
Place of Performance
Address: Jacksonville, FL 32228, USA
Zip Code: 32228
Country: USA
 
Record
SN07276367-F 20241128/241126230113 (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.