Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2016 FBO #5168
DOCUMENT

R -- Coastal Riverine Group Two (CRG-2) - Expeditionary Equipment Readiness Support Services (EERSS) - Attachment

Notice Date
1/15/2016
 
Notice Type
Attachment
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N0018916R0031
 
Response Due
1/28/2016
 
Archive Date
2/12/2016
 
Point of Contact
Herbert 'Bert' Hankins
 
E-Mail Address
757-443-1375<br
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice Department of Navy Naval Supply Systems Command (NAVSUP) Coastal Riverine Group Two (CRG-2) Expeditionary Equipment Readiness Support Services (EERSS) This notice is a Sources Sought Notice only and NOT a Request for Proposal (RFP). This sources sought notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any product or service. It does not guarantee a subsequent solicitation will be issued. Submission of any information in response to this notice is completely voluntary, and costs associated with any submission shall not be reimbursed by the Government. The information requested will be used to facilitate decision making. The anticipated applicable North American Industry Classification System (NAICS) for this requirement is 541614 and the applicable size standard is $15.0 million, the PSC Code is R706. Again, THIS IS NOT A REQUEST FOR PROPOSAL. This notice is for market research. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses both small and large for potential future acquisitions. Explanation of Requirement: The CRG-2 and NAVSUP Fleet Logistics Center Norfolk (FLCN) are seeking industry input in regards to providing Expeditionary Equipment Readiness Support Services to include, but limited to field team support, Logistics, Engineering and technical services in order to provide organizational, intermediate, and depot level maintenance and identification and correction of material condition discrepancies in Hull, Mechanical, Electrical (HM and E), Civil Engineering Support Equipment (CESE), Patrol Craft (Boats), Material Handling Equipment (MHE), and other like support equipment. Additionally, the support services will include equipment lay-up and start-up maintenance, emergent repairs to any location outside the continental United States (US) and within the US, training, quality assurance and non-destructive testing, and compliance with database reporting systems. The purpose of this notice is to gather information in order to determine if small businesses have the capability to fully meet the Governments stated requirements. Potential sources either alone or with appropriate teaming partners must have demonstrated expertise/capabilities in relation to all tasks within the draft Performance Work Statement (PWS) (See attached Draft CRG-2 EERSS PWS). Request for Information: If you are an interested business, FLCN would appreciate your assistance. In addition to any supplemental information provided please include the following: 1)Full Business Name 2)Cage code and Duns Number of business 3)Size and socio-economic status of business (Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Service Disabled Veteran-owned) a.FLCN is still determining the acquisition strategy and if the future acquisition will include a set-aside for any of the socioeconomic programs. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. b.If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. 4)The name, phone number, and e-mail address of a company representative the Government may contact for additional information. 5)Indicate if the firm is registered and current in System for Award Management (www.sam.gov) database. 6)If this service is provided via a GSA Schedule, please provide the following information: a.Contract number b.Contract period of performance (PoP) to include all options c.List of labor categories applicable to contract d.If a Contract Teaming Arrangement (CTA) is required, please indicate the Company Name, Contract Number, PoP, and list of labor categories for all team members Note: This notice is also posted on GSA e-Buy. Reference number: RFQ1059366 ( śRequest for Information p Professional Services for Equipment Readiness Support ť) 7)Provide a Statement of Capabilities (SOC) demonstrating corporate experience and capabilities with regards to the tasks required of Expeditionary Equipment Readiness Support Services. Provide brief description(s) of any similar prior experience examples (not to exceed three (3)) that best illustrates your firms ™ or teams ™ qualifications related to performing field team support, Logistics, Engineering and technical services. Similar prior experience examples should be limited to work within the last five years and include the ability to perform services CONUS and OCONUS. Provide the following information for each project listed: a.Customer Activity Supported (spell out any acronyms) b.Complete Contract number/Task Order number and project title c.Name of contracting activity d.Administrative Contracting Officer ™s name, and current telephone number, and email address e.Contracting Officer ™s, Technical Representative, Task Order Manager or primary point of contact name, current telephone number, and email address f.Contract type (e.g. cost plus, requirements, firm-fixed price, indefinite delivery / indefinite quantity, or combination) g.Period of Performance (start and completion date) h.Base contract award amount and final contract value i.Summary of contract work i.The type of work performed in support of the requirement ii.The specific technical skills the company possesses which ensure capability to perform the requirement iii.Explanation of the company ™s ability to perform greater than 50% of the efforts required iv.Indicate if your firm was a Prime or sub-contractor on a contract for task(s) of the same or similar nature 8)Please provide any additional feedback you feel is relevant or any questions you have regarding the sources sought notice. The SOC will determine the feasibility and/or basis for the Navy ™s decision to establish this requirement. The SOC must be complete and sufficiently detailed to allow FLCN to determine the firm ™s qualifications to perform defined work. Additionally, the information gained through this sources sought notice will be used to further define the FLCN requirement. Submission: All information must be submitted electronically and is limited to 10 pages in a font size no less than Times New Roman 11. Interested parties must submit their responses electronically to Bert Hankins at herbert.hankins@navy.mil. The Subject of the Email should read: Sources Sought for CRG-2 EERSS (Insert Company Name Here). Since this is a preliminary notice for research and NOT a request for proposal, please do not submit general marketing materials. Additionally, FLCN is not scheduling in-person presentations as part of this notice. Any questions regarding this Sources Sought Notice should be directed to Bert Hankins at 757-443-1375 or herbert.hankins@navy.mil. Receipt of potential responses to all elements of this sources sought shall be received no later than 2:00 PM Norfolk, VA Local Time on 28 January 2016. Attachment: Draft CRG-2 Expeditionary Equipment Readiness Support PWS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018916R0031/listing.html)
 
Document(s)
Attachment
 
File Name: N0018916R0031_Draft_CRG-2_EERSS_PWS_Dec_2015.doc (https://www.neco.navy.mil/synopsis_file/N0018916R0031_Draft_CRG-2_EERSS_PWS_Dec_2015.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0018916R0031_Draft_CRG-2_EERSS_PWS_Dec_2015.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03993755-W 20160117/160115234049-5646285a1893692ee38111badba4c926 (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.