SOURCES SOUGHT
49 -- C2, C4, C5 EXHAUST VENTILATION FANS FOR CLEANING SHOP
- Notice Date
- 12/5/2024 5:39:04 AM
- Notice Type
- Sources Sought
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
- ZIP Code
- 20670
- Solicitation Number
- N68520-24-RFPREQ-KN00000-0145
- Response Due
- 1/6/2025 2:00:00 PM
- Archive Date
- 01/21/2025
- Point of Contact
- Roger Ciarleglio, Tiffany Crayle
- E-Mail Address
-
roger.a.ciarleglio.civ@us.navy.mil, tiffany.l.crayle.civ@us.navy.mil
(roger.a.ciarleglio.civ@us.navy.mil, tiffany.l.crayle.civ@us.navy.mil)
- Description
- The Commander Fleet Readiness Center (COMFRC) Procurement Group (PG), in support of the Fleet Readiness Center Southwest (FRCSW)- North Island, intends to procure replacement of the C2, C4 and C5 exhaust ventilation fans and their associated mist eliminators in the Building 472 Cleaning Shop at FRCSW. Please see the Draft Statement of Work (SOW) (Attachment 1) and Draft Contract Data Requirement List (CDRL) (Attachment 2) for the entire set of requirements. DISCLAIMER: ALTHOUGH THE GOVERNMENT INTENDS TO UTILIZE THE EQUIPMENT PROCUREMENT AND SUSTAINMENT (EPAS) MULTIPLE AWARD CONTRACT (MAC) UNDER FUNCTIONAL AREA 2, ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SUBMIT A CAPABILITY STATEMENT. THE RESULTS OF THIS SOURCES SOUGHT WILL BE UTILIZED TO DETERMINE ACQUISTION STRATEGY AND IF ANY SMALL BUSINSS SET-ASIDE OPPORTUNITIES EXIST. ALL SMALL BUSINESS SET-ASIDE CATEGORIES WILL BE CONSIDERED. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The Government is seeking industry input to assist in identifying features and approaches to meet the general requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this Sources Sought. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any resultant solicitation(s) will be released on the Procurement Integrated Enterprise Environment. It is the responsibility of the potential offerors to monitor PIEE for additional information as the direct method of communication with the Government. The Government intends to release the resultant solicitation(s) to all contractors under functional area 2 of the EPaS MAC. The solicitation is anticipated to be released IN FY25 Q2. ANTICIPATED CONTRACT TYPE: The Government is utilizing this sources sought to conduct market research on the acquisition strategy and contract type. The procurement is anticipated to be a F-type Task Order with Firm Fixed Price (FFP) Contract Line Item Numbers (CLINs). ELIGIBILITY: Product Service Code (PSC) for this requirement is 4920 �Industrial Products Install/ Maintenance/ Repair�. North American Industry Classification System (NAICS) Code is 333517 �Machine Tool Manufacturing�. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMITTAL INFORMATION (CAPABILITES STATEMENT): Interested parties shall adhere to the following instructions for the submittal of their capabilities statements. Page Limit and Format: Ten (10) 8.5 X 11 inch pages in Times New Roman font of no less than 10 point. Document Type: Microsoft Word or Adobe PDF Delivery: Electronic submission within Sam.gov Sources Sought Notice Responses are due by 5:00 PM Eastern Standard Time (EST) on 06 January 2025. No classified information shall be submitted in response to this Sources Sought. No phone calls will be accepted. All responses shall include: Sources Sought Notice name/number, Company Name CAGE code Unique Entity Identifier (UEI) Company Address Company Business Size: Large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. Points of Contact (POC), including names, phone numbers, and email addresses. If your company is a licensed distributor and/or any industry standards and/or certifications your company may hold All data received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Contractors should appropriately mark any data that is proprietary or has restricted data rights. Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice. REQUESTED INFORMATION: Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Capability statement packages should demonstrate the ability to perform the services listed in the attached SOW. This documentation must address the following: What specific technical skills does the Offeror possess which ensures the capability to perform the draft SOW tasks? It is requested that in response to the Sources Sought, the Contractor demonstrates its capability to accomplish the work specified under the draft SOW. 1. Describe your capabilities and experience with regard to the requirements of this effort. 2. Provide detailed relevant performance information for at least two (2) projects that are similar in size, scope, and complexity to this effort completed including; description of work performed, contract number, customer name. 3. Discuss your process for addressing any fit, form, and/or function issues that may arise out of the requirements of this effort. 4. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. 5. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 6. If the company finds itself not capable to perform all parts of the draft SOW, please specify which portions of the draft SOW it is capable of accomplishing. 7. If the company will be teaming or utilizing subcontracts, please include information regarding which draft SOW paragraphs the subcontractor/teaming member will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. In addition to the above, the Government is requesting feedback on the draft SOW and CDRLs. If the Contractor has any questions about the requirement or areas that may need further definition, please identify those in the capability response. If feedback is submitted with the capability statement, the Contractor shall list specific paragraphs in the draft SOW and draft CDRL number to help in supporting the response. This feedback DOES NOT count against the page limitations for the capabilities statement and should be submitted as a separate file at the same time as the capabilities statement submission. The Government may or may not reach back out to the companies to discuss the feedback in depth. Responses to this Sources Sought, including any capability statements and communications regarding this solicitation, shall be electronically submitted via DoD SAFE. All respondents must request via email, to the below POCs, a DoD SAFE link seven (7) days prior to the closing date/time stated in this source sought. SITE VISIT The site visit will be on 18 December 2024. Please reach out to the Contract Specialist, Roger (Tony) Ciarleglio and the Contracting Officer, Tiffany Crayle, by COB 12 December 2024, to arrange a visitor request with FRCSW. Contact information is located at the bottom of this notice. The site agenda will be given to the Contractors once the Contract Specialist and Contracting Officer receive the request. In the request for the site visit the Contractor shall provide the following information: Contractor Name CAGE Code Contractor Location Contractor Size (Large/Small) Attendee(s) (maximum 2) Attendee(s) email(s) and phone number(s) All Contractors must be at the visitors lot of NAS-NI by 0900 PDT. Address: NASNI Visitors Lot Coronado, CA 92118. Contact: Roger Ciarleglio roger.a.ciarleglio.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fcf9571a43494282973ea17ecadc814b/view)
- Place of Performance
- Address: San Diego, CA 92135, USA
- Zip Code: 92135
- Country: USA
- Zip Code: 92135
- Record
- SN07283959-F 20241207/241205230123 (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 |