SOURCES SOUGHT
J -- CNRSW PM/CM For Galley Equipment at NBVC
- Notice Date
- 9/2/2025 3:07:28 PM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
- ZIP Code
- 92136
- Solicitation Number
- N0024426QS001
- Response Due
- 9/5/2025 10:00:00 AM
- Archive Date
- 09/20/2025
- Point of Contact
- Christine Jordan, christine.jordan@navy.mil
- E-Mail Address
-
christine.m.jordan14.civ@us.navy.mil
(christine.m.jordan14.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- NAVSUP Fleet Logistics Center San Diego is seeking capable sources and industry input to provide CNRSW with Preventive Maintenance (PM) and Corrective Maintenance (CM) to Government Owned Galley Equipment located at Naval Base Ventura County Galleys at Port Hueneme and Point Mugu. The period of performance shall include a one-year base period, followed by four (4) one-year option periods for a total period of performance of five (5) years if all option periods are exercised. This requirement is currently being met by contract N00244-23-C-0002. If interested in this opportunity, please submit a capability statement (no more than five (5) pages in length) demonstrating the ability, experience, and knowledge to provide the required services, and/or PWS feedback by 05 August 2025 at 10:00 AM. The Capability Statement and PWS feedback shall be submitted to Ms. Christine Jordan at christine.jordan@navy.mil. A draft Performance Work Statement (PWS) is attached to this announcement and please include your business size, socioeconomic status, and cage code in your submission. For small business set-asides, FAR clause 52.219-14, Limitations on Subcontracting, will apply. 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 (2) 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, either alone or in conjunction with other similarly situated entities. Please provide details regarding teaming arrangements, and if subcontracts are to be used, detail the anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. This is a sources sought for market research purposes. The Government�s requirement may change at any time. DO NOT submit proposals in response to this sources sought. This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. The Navy will not assume liability for costs incurred by a company for capability statement preparation or marketing efforts; therefore, any cost in response to this notice is not considered an allowable direct charge to the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3d389cffbe2747c1b0266400af6a55e9/view)
- Place of Performance
- Address: CA 93043, USA
- Zip Code: 93043
- Country: USA
- Zip Code: 93043
- Record
- SN07575265-F 20250904/250902230053 (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 |