Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2016 FBO #5502
SOURCES SOUGHT

J -- SOURCES SOUGHT: Food Service Equipment Maintenance - Draft Performance Work Statement

Notice Date
12/14/2016
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
 
ZIP Code
92155
 
Solicitation Number
H92244-17-T-0028
 
Archive Date
1/13/2017
 
Point of Contact
Amy M. Bozzard, Phone: 7578629473
 
E-Mail Address
amy.bozzard@vb.socom.mil
(amy.bozzard@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft Performance Work Statement_Food Service Equipment Maintenance DESCRIPTION: The Naval Special Warfare Command (NSW) is seeking information on potential sources to provide repair and maintenance services to Government owned food service equipment. This is a market survey for information only. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. Organizations are not required to submit a response to this notice. Failure to respond to this notice will not prevent an organization from responding to future notices or announcements. The purpose of this synopsis is to gain knowledge and identify potential Small Businesses, specifically those with an active 8(a) certification, to provide the services outlined in the attached draft Performance Work Statement (PWS). The North American Industry Classification (NAICS) Code for this requirement is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Small Business Size Standard for this NAICS code is $7.5M. SCOPE: This is a non-personal services contract to perform an initial inspection of all food service equipment at the Naval Special Warfare Development Group (NSWDG) dining facility. The inspection shall include but is not limited to: identification of defects or tagged equipment in need of repair and recommendation of equipment requiring preventative maintenance services. Subsequent to the inspection, the contractor shall provide rountine preventative maintenance and repair services. SUBMISSION INSTRUCTIONS: If you believe your firm has qualified personnel, relevant past performance experience, and the technical capability to perform the work specified in the draft PWS, please submit a technical capability statement including the following information: 1. Please provide the following Point of Contact information: Company: Address: Company Website Address: CAGE Code: Point of Contact: Phone Number: Email Address: 2. Please identify your company's small business status and applicable socioeconomic categories (Small Business, 8(a), Small Disadvantaged Business, Woman-Owned Business, Veteran-Owned Business, etc). If your company is certified under the 8(a) Business Development Program, please provide your expiration date from the SBA program. 3. Please identify the highest facilities security level your company currently holds. 4. A brief summary of your company's experience and past performance within the past 3 years as it relates to the magnitude and scope of this requirement outlined in the draft PWS. Each experience referenced (Government or commercial) should include: (a) name of project; (b) a brief description of the project; (c) the contract or project number; (d) the dollar value of the contract/project; (e) the relevance of the contract/project to the requirements in the draft PWS. Technical capability statements can be submitted in your own format and shall be 7 pages or less. The PWS is currently in a DRAFT format. If your company would like to comment on the PWS, please include comments in the submittal. Again, this announcement is being used solely to determine if there are potential vendors capable of providing the services. No reimbursement will be made for any costs associated with providing the information in response to this synopsis or any follow-on information. THIS IS NOT A REQUEST FOR PROPOSALS NOR IS THE TECHNICAL CAPABILITY STATEMENT CONSIDERED TO BE A PROPOSAL. Please send information via email to Ms. Amy Bozzard at amy.bozzard@vb.socom.mil by 29 December 2016, 10 a.m. Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92244-17-T-0028/listing.html)
 
Place of Performance
Address: Virginia Beach, Virginia, 23461, United States
Zip Code: 23461
 
Record
SN04351266-W 20161216/161214234113-15ed56d3e1efd13f099aa794a1b80113 (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.