Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2012 FBO #3856
DOCUMENT

J -- This modification is for Main Seawater and Auxilliary Seawater (MSW/ASW) Acid Flush Systems - Attachment

Notice Date
6/13/2012
 
Notice Type
Attachment
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
Solicitation Number
N0002412R4314
 
Response Due
6/19/2012
 
Archive Date
7/4/2012
 
Point of Contact
LCDR Jonathan Gray 202 781 1131 NAVAL SEA SYSTEMS COMMAND (NAVSEA), 1333 Isaac Hull Avenue SE, Washington DC
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
Modification is to provide amplifying guidance for Attachment A: The Contracting Officer or his /her representative is responsible for any and all communication with all interested parties on this acquisition. Therefore, all interested parties are advised to communicate any and all questions to the Contracting Officer or his/her representative and not the contractors noted throughout Attachment A Aqueous Acid Solutions for Use with the Main Seawater Flushing system. This is a sources sought announcement in anticipation of potential Acid Flush Systems future procurement. Naval Sea Systems Command (NAVSEA) is conducting market research to determine industry capability and interest in providing Acid Flush Systems. NAVSEA is especially interested in determining small business capability and interest in providing Acid Flush Systems for Naval Shipyard. Anticipated contract award date is expected to be on or around October 2012. NAVSEA intends to acquire two identical systems to perform acid flushing of the main seawater and auxiliary seawater systems on Naval Vessels at Portsmouth Naval Shipyard Kittery, Maine and Point Loma Naval Base in San Diego, California. Attachments are hereby provided to assist offerors in understanding the design. The Government has provided the following information as attachments to this sources sought announcement: 1.The draft solicitation statement of work 2.Supporting attachments Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact to Commander, Naval Sea Systems Command, Attn: Rochelle Allen - SEA 02431 or LCDR Jonathan Gray - SEA 02241G. Please scan your letter of interest and e-mail it to: Rochelle.allen@navy.mil or Jonathan.Gray3@navy.mil with Acid Flush System Sources Sought Response in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth on this announcement, and answers to the following specific questions. Please limit your response to no more than 15 pages. 1.Is your company a small or large business as defined by the Small Business Administration (SBA)? 2.How many employees does your company have? 3.Does your company have a website? If so, what is your company s website address? 4.Does your company have adequate financial resources to perform the contract, or the ability to obtain them? As part of your answer to this question, please answer the following sub-questions. a.Please describe the financial requirements you expect that your company would have as you stand up the necessary workforce and production materials to complete the contract, and how you'll meet the contract s correspondent cash flow requirements. b.Please provide a cash flow statement that will show the sources and uses of funds necessary to complete this contract, in concert with all of your company s other financial commitments. As part of this cash flow statement, please identify the expected maximum anticipated amount of sales that your company expects you would need to be able to finance prior to reimbursement by the Government. c.Please explain where the sources of cash flow will come from (be it from Government invoice payments, internal cash reserves, or external financing such as issuing new debt or selling equity). Please demonstrate the extent of your company's current access to credit and your company s capacity for future credit in terms of property free and clear of all liens (creditors claims). Please tell us the amount of cash and other liquid assets your company has available to use as working capital to meet the contract s cash flow requirements. Please describe how your sources of cash and credit will sufficiently meet your cash flow requirements in concert with other sources. d.Please explain all the assumptions underlying this cash flow statement. e.Please discuss your current and future expected financial obligations (in terms of outstanding and future expected liabilities) and your company s ability to meet them. Please discuss any risks that might inhibit your company s ability to meet these requirements and how your company is working to mitigate those risks. 5.Will your company, given all provided information, be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments? 6.Does your company have a performance record for similar work being sought here? If so, please provide examples of performance within the past three (3) years. 7.Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? 8.Does your company have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them? 9.Accounting Methodology. Sound financial tools and practices such as a certified accounting system, and approved purchasing systems are required to adequately provide proper billing to the Navy. The contractor will submit timely invoices/vouchers to the Navy by Contract Line Item (CLIN), Contract Subline Item (SLIN), and ACRN level. Cost of performance shall be segregated, accumulated, and invoiced to the appropriate ACRN categories. What certified accounting system and other best practice accounting methodology does your company currently use? 10.Given the complexity of the work described in this sources sought, including all the attachments, please describe your company s historical experience completing work of this complexity or briefly describe how your company would be capable of meeting the requirements described herein as of contract award. Does your company plan to submit a proposal in response to the Acid Flush System? Information provided shall be treated as Business Sensitive or confidential to the responder, exempt from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government. NAVSEA may request further information regarding the capabilities of respondents to meet the requirements set forth in the Announcement. This sources sought announcement is released in accordance with FAR 15.201. This sources sought announcement is not a request for proposal. The purpose of this sources sought announcement is to gather information from the market place. Information provided in response to this sources sought announcement will not be considered an Offer by the responding contractor and cannot be accepted by the Government to form a binding contract. No telephone inquires will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time. When to Submit: Responses are requested by 2PM Eastern Standard Time, 19 June 2011. Notice Regarding Solicitation: Please note that this synopsis is for information purposes and to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government of any kind. Other: The Government will not pay for any effort expended or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided. Future information, if any, will be posted at the website for FBO and NECO, the same sites where this announcement is posted. Contracting Officer Address: NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Ave SE, Washington Navy Yard, DC. 20362 Point of Contact: Jonathan Gray, SEA 0243 Contract Specialist, Jonathan.gray3@navy.mil. Rochelle Allen, SEA 02431 Contracting Officer, Rochelle.allen@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002412R4314/listing.html)
 
Document(s)
Attachment
 
File Name: N0002412R4314_Attachment_A__B.pdf (https://www.neco.navy.mil/synopsis_file/N0002412R4314_Attachment_A__B.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0002412R4314_Attachment_A__B.pdf

 
File Name: N0002412R4314_MSWF_Acid_Flush_SOW.pdf (https://www.neco.navy.mil/synopsis_file/N0002412R4314_MSWF_Acid_Flush_SOW.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0002412R4314_MSWF_Acid_Flush_SOW.pdf

 
File Name: N0002412R4314_MSWF_Drawing_Attachments.pdf (https://www.neco.navy.mil/synopsis_file/N0002412R4314_MSWF_Drawing_Attachments.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0002412R4314_MSWF_Drawing_Attachments.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02775263-W 20120615/120614000254-04ac0320906176cec98156525d045dc3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.