Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2009 FBO #2937
SOURCES SOUGHT

Z -- MCAS New River Aircraft Refuel Site PM

Notice Date
12/7/2009
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, ROICC CAMP LEJEUNE Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road Room 20 Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
N4008510R0206
 
Response Due
12/17/2009
 
Archive Date
1/1/2010
 
Point of Contact
Jackie Meade(910) 451-2582 x5228jackie.t.meade@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposals and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. The intent of this notice is to identify potential offerors for the following upcoming requirement: Perform preventive maintenance and provide maintenance service support for electrical and electronic systems and equipment at refueling sites located at Marine Corps Air Station (MCAS), New River, Jacksonville, NC. These sites include: AS494, AS495, AS496, AS498, AS511, AS526, AS527, UN1226, UN1227, and Fuel Pad Control Stations 1, 2, 3, 4, 5, 6, 7, and 8. These services shall be performed during normal working hours. Normal working hours are Monday through Friday, excluding federal holidays, between the hours of 7:30 am to 4:30 pm. Naval Facilities Engineering Command Mid-Atlantic is seeking Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses, certified 8(a) Small Disadvantaged Businesses, and/or Small Businesses with current relevant qualifications, experience, personnel, and capabilities to perform the proposed requirement. The proposed contractor shall provide sufficient material, labor, equipment, supervision, and transportation to fulfill all requirements of the contract in accordance with the timeliness standards as set forth by the Government. The proposed contractor's Preventive Program shall comply with all applicable Federal, State, and Local Regulations. Additional requirements will be provided in the solicitation. The Government intends to award a Firm-Fixed Price/Indefinite Delivery, Indefinite Quantity (FFP/IDIQ) type contract. The resultant contract will include a base period of twelve (12) months plus four (4) one-year option periods, to be exercised at the discretion of the Government. The total term of the contract, including all options, will not exceed 60 months. The Contractor may be required to continue performance for an additional period up to six (6) months under the "Option to Extend Services" clause. In either case, the Government will not synopsize the options when exercised. The North American Industry Classification System (NAICS) Code for this solicitation is 334515 with a size standard of 500. All Service-Disabled Veteran-Owned (SDVOSB) Small Businesses, certified HUBZone Small Businesses, certified 8(a) Small Disadvantaged Businesses and other Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of this evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUBZone Small Business or Service-Disabled Veteran-Owned Small Business set-aside is an acceptable strategy for this procurement. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. Any and all qualified firms are encouraged to respond. As a part of the notification, interested parties should send an email including the following: 1.Company Name 2.Address3.DUNS number4.CAGE code5.Business classification e.g. small business, 8(a) business, HUBZONE business, SDB, SDVOSB, etc.6.A statement that they are able to meet all of the technical requirements outlined in this notice. 7.A BRIEF narrative on three (3) previous/current projects performed by your company within the last 5 years, which are similar to the referenced project. Please include with the list of projects the point of contact, the period of performance, a brief project description, and the dollar value for each submitted project. Your submission should clearly demonstrate past performance that supports your company's ability to perform the technical requirements outlined in this notice. Please keep your submissions concise. 8.NO ADDITIONAL LITERATURE IS DESIRED! Notifications of interest must be submitted in writing via email; phone calls will not be accepted. Notifications that do not address all the required information will not be considered. Responses to this Sources Sought Notice shall be emailed to the following address: jackie.t.meade@navy.mil Responses must be received as soon as possible but not later than close of business 17 December 2009. Questions regarding this Sources Sought Notice may be addressed to Jackie Meade via the above address. Telephonic submissions and questions will not be entertained.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CL/N4008510R0206/listing.html)
 
Record
SN02018400-W 20091209/091207235008-2d5bb6c0a2321285c5b47e6c9078c054 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.