Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
SOURCES SOUGHT

U -- Support for the Integration of Logistics Products

Notice Date
10/10/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Philadelphia Division, 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112-1403, United States
 
ZIP Code
19112-1403
 
Solicitation Number
N6449818R4039
 
Point of Contact
Aaron M Koumaras, Phone: 2158977750
 
E-Mail Address
aaron.koumaras@navy.mil
(aaron.koumaras@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Sources Sought REQUEST FOR INFORMATION (RFI) N64498-18-R-4039 The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is seeking qualified sources that can provide Technical, Process and Programmatic Support for the Integration of Logistics Products. NSWCPD is requesting information in order to make an informed determination regarding procurement strategy. A copy of the DRAFT Statement of Work (SOW) is attached. SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide Program and Business Management, Logistics Support, Process Engineering, and General Engineering support services for to meet the needs of the Government. Responses shall discuss how their product/service will meet the requirements found in the SOW. Responses are not to exceed Ten (10) pages. Responses shall be in electronic format. A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contract (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. Interested businesses are invited to respond to this source sought announcement by providing the following limited to ten (10) pages: •1) Statement providing the Company Name, Company Address, Cage Code, points of contact including name, phone number, fax number, and email address. The respondents must also provide a confirmation of current large or small business status under identified NAICS code 541330 as of 08 OCT 2018, and the date their firm was started. •2) A narrative demonstrating their relevant corporate experience in performing same or similar work to the requirements in the Description and Specifications within the past 5 years. •3) Prior/current corporate (Past Performance) experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, hours/dollars incurred to date, Government point of contact with current telephone number and email address, and a brief description of how the referenced contract relates to the services described herein. •4) A description of the equipment and facilities intended for accomplishment of this work. The description should demonstrate that the contractor can meet the requirements set forth in the SOW and accompanying references with specific attention paid to the vertical testing capabilities, abrasive blasting and painting of large stainless steel componentry, and meeting QA requirements. •5) A description of the quality system employed by the contractor. •6) A statement as to the existence of the offeror's DCAA-approved accounting system for cost-type contracts or evidence of the ability to obtain DCAA approval by the proposal due date. •7) Any potential subcontract/consultant arrangements being considered. If subcontracting is contemplated, the capability statement shall contain sufficient information concerning the planned subcontracting/consulting arrangements to assure the Government that the limitations of FAR 52.219-14, Limitations of Subcontracting, can be met. NSWCPD will accept only electronic unclassified submission of responses. Responses shall be sent to Aaron Koumaras at Aaron.Koumaras@navy.mil with the subject line "RFI - Technical, Process and Programmatic Support for the Integration of Logistics Products". All responses shall be unclassified and submitted by no later than 3:00PM on 19 October 2018. Proprietary data will be protected when so designated. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. This RFI is for market research purposes only and does NOT constitute a Request for Proposal (RFP). This is NOT a request for proposal (RFP), invitation for bid (IFB), or an announcement of a solicitation as no solicitation package exists at this time. The request is for informational purposes only. No cost data should be submitted. The Government will not pay for any materials provided in response to this Sources Sought notice or any follow-up information requests. Submittals will not be returned to the sender. NSWCPD will utilize the information for technical and acquisition planning purposes. This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This RFI Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes. Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/350bf439422bdb4de6900b78643ef4ce)
 
Record
SN05119815-W 20181012/181010230943-350bf439422bdb4de6900b78643ef4ce (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.