Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
DOCUMENT

20 -- Bulkhead material - Attachment

Notice Date
8/17/2018
 
Notice Type
Attachment
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N0018918R1010
 
Response Due
8/28/2018
 
Archive Date
9/5/2018
 
Point of Contact
Luis Torres
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought for information and planning purposes. Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk ™s intents to negotiate an Indefinite Delivery, Indefinite Quantity (IDIQ) type contract with firm fixed pricing for shipboard bulkhead material in support of the NAVSEA Shipboard Habitability Improvement Program for Norfolk Ship Support Activity (NSSA). The delivery items shall conform to Military Performance Specifications as required by the Norfolk Ship Support Activity (NSSA) as defined in the attached draft Statement of Work (SOW). This announcement constitutes a sources sought for written information only. This is not a solicitation announcement for proposals and a contract will not be awarded from of this announcement. This announcement is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. Anticipated NAICS Code The NAICS Code for this requirement is 332312 “ Fabricated Structural Metal Manufacturing. The Government has not yet determined whether an existing strategically sourced vehicle will be used to satisfy this requirement. Reponses to this Sources Sought request should reference N0018918R1010 and shall include the following information in this format: 1.Company name, address, point of contact name, phone number, fax number and email address. 2.Contractor and Government Entity (CAGE) Code. 3.If the services can be solicited from a GSA schedule, GSA 8(a) Stars II, provide the GSA contract number. 4.If the services can be solicited from Global Business Support (GBS), please provide the contract number. 5.If the services can be solicited from SeaPort-e, please provide the contract number. 6.Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Service Disabled Veteran-owned. 7.An estimated Rough Order of Magnitude (ROM). 8.A copy of SAM.GOV active registration. Must reflect Data Universal Numbering System, Commercial and Government Entity, and Reps/Certs. 9.Capability statement displaying the contractor ™s ability to provide the necessary supplies, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought. 10.The Government is still determining the acquisition strategy and 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. 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. 11.Include any other supporting documentation. 12.Comments or suggested changes to the Governments NAICS Determination 13.Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project. Documentation must be presented in sufficient detail for the Government to determine that your company possesses the necessary experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed ten (10) typewritten pages in no less than 12 font size. Responses shall be emailed to Luis Torres at luis.j.torres@navy.mil by 10AM EST on Tuesday August 28, 2018. Again, this is not a Request for Proposal. Respondents will not be notified of the results. Please note the information within this sources sought Request for Information will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. Attachments: Attachment I “ Draft Statement of Work NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Please note the information within this Sources Sought Request for Information will be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018918R1010/listing.html)
 
Document(s)
Attachment
 
File Name: N0018918R1010_Statement_of_Work_Draft_Bulkhead_Material.docx (https://www.neco.navy.mil/synopsis_file/N0018918R1010_Statement_of_Work_Draft_Bulkhead_Material.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0018918R1010_Statement_of_Work_Draft_Bulkhead_Material.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05043952-W 20180819/180817231240-7c7c5f8306d9b273058bb65fd8af2dfb (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.