Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
SOURCES SOUGHT

J -- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance

Notice Date
4/20/2010
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N44255 NAVFAC NORTHWEST, PWD KITSAP BANGOR, FEAD T075 Skate Street Silverdale, WA
 
ZIP Code
00000
 
Solicitation Number
N4425510R6002
 
Response Due
5/4/2010
 
Archive Date
6/4/2010
 
Point of Contact
Grace Monterograce.montero@navy.mil
 
E-Mail Address
Sources Sought N44255-10-R-6002
(grace.montero@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
General Information Document Type: Sources Sought NoticePosted Date: April 20, 2010NAICS Code: 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance Description This is a Sources Sought Synopsis only. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool being utilized to determine the availability of qualified Small Business sources prior to issuing an RFP. Naval Facilities Engineering Command Northwest (NAVFAC NW)is seeking qualified 8(a), HUBZONE, Service Disabled Veteran Owned small Business (SDVOSB), and Small Business sources that are Small Businesses relative to NAICS classification, 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The applicable size standard is $7.0M, average annual gross receipts for the proceeding three fiscal years. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities (FedBizOpps) and Navy Electronic Commerce Online (NECO). No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Naval Base Kitsap is currently seeking potential sources for a Firm Fixed price contract to conduct maintenance overhauls on seven locomotive sized 900 RPM engine generators located at Bangor, WA by manufacturer's authorized representatives. The engines are two ALCO engines and five EMD engines. Additionally, several horizontal cooling towers for the generators will be replaced with new cooling towers by the Contractor. Compressors used to start the generators will be replaced by the Contractor with new electric and gasoline poweredcompressors. Due to the standby power nature of the existing 900 rpm generators, only one generator set can be taken out of service at any one time for maintenance. Backup power for the loads fed by the generator being refurbished shall be supplied by the Contractor during overhauls with all required operational support including refueling, maintenance, and operation of the backup generators. SUBMISSION REQUIREMENTS: Firms submitting responses shall present their information in the following format. Responses shall not be in excess of twelve (12) pages. Two sided pages count as two sheets. 1. Up to five (5) pages should be dedicated to past and current projects that show the firms ability to perform the services described above. There should be one project per page. At the top of each project page there should be a table with the following information: the title of the government or commercial contracts/project your firm has completed in the last five (5) years that demonstrate your firm's ability to accomplish the work listed above, the contract number, contract type (firm fixed price, etc.), total contract price as awarded, total contract price at completion, client's name, current and accurate client point of contact with phone number, project location and description of the work accomplished by your firm. If your firm was a subcontractor on the job, please identify the prime contractor, describe the work your firm was responsible for, and indicate what percentage of the work that was accomplished by your firm. 2. Up to five (5) pages should highlight personnel and subcontractor history relevant to the project described in the sources sought. Show key employees and their experience relative to the services on jobs of similar type and size described in the sources sought. If subcontracting is anticipated, identify what work is to be subcontracted and include information and the relevant relationship history with the subcontractor. 3. Two (2) pages should contain general information which includes name of company, address, telephone number, fax number, at least two points of contact, e-mail addresses, business type, business size, small business socio-economic classification, and a short description of the firm's history including years in business, number of employees, and main disciplines of the firm. Copies of SBA Certifications are not included in the 22 page count. Identify whether your firm is an SBA certified 8 (a); HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB), or Small Business concern. You must be an approved SBA firm (including Mentor-Protg Joint Venture firms) at time of this sources sought announcement to submit a response. For more information on the definition or requirements for these, refer to http://www.sba.gov/. ORIGINAL AND TWO COPIES have to be received by 2:00 P.M. Pacific Time on May 4th, 2010. Mark attention to Grace Montero, 1101 Tautog Circle, Silverdale, WA 98315-1101. Information can also be e-mailed to grace.montero@navy.mil. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, NAVFAC Northwest and Naval Base Kitsap will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone or Service Disabled Veteran-Owned Small Business (SDVOSB) concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the government. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a sources sought announcement no debrief, evaluation letters, and/or results will be issued to the participants.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255S/N4425510R6002/listing.html)
 
Place of Performance
Address: PWD Naval Base Kitsap BangorT075 Skate Street, Silveredale, WA
Zip Code: 98315
 
Record
SN02126692-W 20100422/100420234859-806b805e69717c03828a63d6c6482aa5 (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.