Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
MODIFICATION

W -- Sources Sought Notice for Dishwasher Lease and Maintenance

Notice Date
3/7/2018
 
Notice Type
Modification/Amendment
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N00189SCULLER
 
Response Due
3/13/2018
 
Archive Date
3/28/2018
 
Point of Contact
Krystal Goodman 757-443-1606
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice Department of Navy Naval Supply Systems Command (NAVSUP) Commander Navy Region Mid-Atlantic (CNRMA) Dishwasher Lease and Maintenance Request for Information: This notice is a Sources Sought Notice only and NOT a Request for Quote (RFQ). 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 sources sought 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. CNRMA and NAVSUP Fleet Logistics Center Norfolk (FLCN) are seeking industry input from businesses regarding their capability to provide maintenance and lease of dishwasher machines at eight (8) galleys in the Hampton Roads region that provide meals to approximately 200,000 military personnel monthly. Information is being gathered to determine if businesses have the capability to fully meet the Governments stated requirements. Potential sources must have demonstrated expertise/capabilities in relation to all tasks within the draft Performance Work Statement (PWS). See Attachment 1 - Draft CNRMA Scullery PWS. The Government anticipates a period of performance with a one (1) base year and four (4) 1-year option periods commencing on 16 April 2018. The applicable North American Industry Classification System (NAICS) for this requirement is 532490 and the applicable size standard is $32.5 million, the FSC Code is W073. Again, THIS IS NOT A REQUEST FOR PROPOSAL. This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses. 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 of Business 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)SeaPort-e contract number; GSA contract number; GSA OASIS contract/pool number. 7)Provide Statement of Capabilities with regards to the tasks outlined in the attached draft PWS. Provide brief description(s) of any prior experience that best illustrates your qualifications related to leasing, routine/on-call servicing and replacing dishwasher machines at multiple locations at the same time while providing required supplies and training associated with the dishwashers. 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.Contract Number/Task Order Number j.Summary of contract work -What type of work the company has performed in the past in support of the same or similar requirements -If the company has managed a task(s) of this same or similar nature before -If the company has managed a team of subcontracts for a task of the same or similar nature, and if so, how many subcontractors -The specific technical skills the company possesses which ensure capability to perform the requirement -Explanation of the company s ability to perform greater than 50% of the efforts required -Business size and status of the company. -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 Statement of Capability (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. The SOC must be submitted electronically through email and is limited to 10 pages (including all attachments). Receipt of potential responses to all elements of this sources sought shall be received no later than 12:00 PM Norfolk, VA Local Time on 13 March 2018. Information gained through this sources sought notice will be used to further define FLCN requirements. Submission: Email your SOC to Krystal Goodman, krystal.goodman@navy.mil. Because this is a preliminary notice, general marketing materials are not required. FLCN is not scheduling in-person presentations at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189SCULLER/listing.html)
 
Record
SN04846088-W 20180309/180307231601-28309a800f982c59a7936663bc0935a5 (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.