Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2011 FBO #3598
SOURCES SOUGHT

99 -- Expeditionary Delivery System (EDS) modular cabinets and drawers storage system - Performance Specification

Notice Date
9/29/2011
 
Notice Type
Sources Sought
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-11-R-0041
 
Point of Contact
Thomas A Mathews, Phone: 301-342-7842
 
E-Mail Address
thomas.a.mathews@navy.mil
(thomas.a.mathews@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
EDS Performance Specification INTRODUCTION The Naval Air Warfare Center Aircraft Division (AIR 2.5.1.9), Patuxent River, MD, and the Mobile Facilities Program Office (MFPO) are seeking information from potential sources regarding the production of an Expeditionary Delivery System (EDS) consisting of a family of drawer and cabinet containers that are strong, light weight, modular, and scalable, which can be integrated into existing mobile facilities (MFs). MFs are habitable, transportable, rigid walled containers that will be used primarily for aviation weapons systems maintenance and to house support facilities. This cabinet and drawer system will be used to store and transport supply parts in a building block fashion consisting of a single drawer, stacks of drawers, or as a bulk storage unit. These cabinets and drawers will be used in austere expeditionary environments. A cabinet will consist of an assembled stack of removable drawers within a support frame. Each MF will accommodate 10 cabinets, and 10 cabinets will constitute one MF Set. The Government anticipates the purchase of up to 500 MF Sets. Dimensions and specifications are contained in the attached Performance Specification. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible business firms that are capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The PSC for this requirement is 7125. The NAICS is 337215 with a size standard of 500 employees. All interested businesses are encouraged to respond. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. The results of this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist after a technical review of capability statements is completed. All Small Business Set-aside categories will be considered. DISCLAIMER 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. CONTRACT TYPE The Contract type is anticipated to be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP) line items. The Government intends to award to a single source. The period of performance will be comprised of one base year plus four option years. SUBMISSION DETAILS It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, single spaced, 10 point font minimum) demonstrating the ability to produce the supplies that perform to the attached Performance Specification. In addition, up to five (5) attachments that consist of briefing slides, pre-printed commercial brochures, and/or architectural views/diagrams are permitted to be submitted with the written response. This documentation must address, at a minimum, the following: (1) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether support was provided as a prime or subcontractor, contract value, Government point of contact with current telephone number and a brief description of how the contract referenced relates to the technical services described herein; (2) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small business status; (3) possible subcontract/teaming arrangements; and (4) if you are a small business, provide an explanation of your ability to perform at least 50% of the overall effort in the attached work statement. Under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance in accordance with FAR 52.219-14. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. The capability statement package shall be sent electronically to thomas.a.mathews@navy.mil. Submissions must be received at the office sited no later than 3:00 p.m. Eastern Time on Oct 14, 2011. Questions or comments regarding this notice may be emailed to thomas.a.mathews@navy.mil, or mailed to Thomas Mathews, 21983 Bundy Road, Building 441, Patuxent River, MD 20670-1154. All submitted responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-11-R-0041/listing.html)
 
Place of Performance
Address: TBD - Contractor facilities, United States
 
Record
SN02597672-W 20111001/110929235732-1b3c9e07d850fd5e331c33ea99e30e63 (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.