Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
DOCUMENT

J -- Diesel Engine Technical, Engineering and Field Service Support for MCM-1 and MCM-3 Class Ships - Attachment

Notice Date
1/6/2011
 
Notice Type
Attachment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N55236 SOUTHWEST REGIONAL MANTENANCE CENTER - SAN DIEGO P.O. Box 367108 3755 Brinser Street Suite 1 San Diego, CA
 
Solicitation Number
N5523611R0001
 
Response Due
1/20/2011
 
Archive Date
2/4/2011
 
Point of Contact
Natalie J. Rodriguez Natalie.J.Rodriguez1@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice for information and acquisition planning purposes. This is not a Request for Proposal and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue a Request for Proposal, contract, or order. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. Southwest Regional Maintenance Center (SWRMC) is seeking vendors that can furnish all labor, equipment, and material needed to provide repair to Main Propulsion Diesel Engines (MPDE) and Ships Service Diesel Generators (SSDG) on Mine Counter Measure (MCM) U.S. Navy ships homeported in San Diego, CA; Sasebo, Japan and Manama Bahrain. The Contractor will be required to provide all labor, services, and material in accordance with the established statement of work and all applicable Government specifications and regulations. See attached draft Statement of Work. SWRMC is contemplating award of a firm fixed price, Indefinite Delivery/Indefinite Quantity type contract for the scope of work specified above. The applicable NAICS code is 336611 Ship Building and Repairing. This acquisition will be conducted using the Advisory Multi-Step Process as described in FAR 15.202. Interested vendors should submit a capabilities statement (not to exceed five pages) that demonstrates their capability to perform the services described herein. The capabilities statement shall include company name, address, business size (small, small disadvantaged, women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned), [more than one category may be selected as applicable] and point of contact (POC) information for the interested firm. The capabilities statement must describe how the company intends to fulfill the requirements of the Statement of Work, including what resources are available in-house and/or whether subcontractors and/ or teaming arrangements will be utilized to meet the scope of work for the entire life of the contract, which includes the base year and four (4) additional option years. The capabilities statement should also identify, by contract number, past or current contracts and/or subcontracts that were awarded to your firm, 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. The Government will not respond to firms that do not follow the submission instructions in this notice. The Government will evaluate each respondent ™s capabilities statement to determine if the respondent has the requisite experience and past performance to complete the requirements described herein and will advise each respondent in writing either that it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor. Firms considered not to be viable will be provided with the Government ™s general basis for that finding. However, notwithstanding the initial advice provided by the Government in response to the capabilities statements, all firms are still considered eligible to participate in the resultant acquisition. No telephone inquiries will be accepted. The Government does not commit to providing a response to any comment or questions. No basis for a claim against the Government shall arise as a result of this announcement. Responses should be received no later than Jan 20, 2011. All responses should be forwarded to Mrs. Natalie J. Rodriguez, email: Natalie.J.Rodriguez1@navy.mil, and Mr. Bernard Loeffler, email: Bernard.Loeffler@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62791/N5523611R0001/listing.html)
 
Document(s)
Attachment
 
File Name: N5523611R0001_Sources_Sought_SOW.docx (https://www.neco.navy.mil/synopsis_file/N5523611R0001_Sources_Sought_SOW.docx)
Link: https://www.neco.navy.mil/synopsis_file/N5523611R0001_Sources_Sought_SOW.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02355186-W 20110108/110106233849-0abf8e7be8d58e7d6e3df765b1f26805 (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.