SOURCES SOUGHT
L -- Provide Technical Support for Integrated Machinery Control and Ride Control Systems
- Notice Date
- 12/6/2011
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 East C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-12-T-2000
- Archive Date
- 1/5/2012
- Point of Contact
- Ronald N. Quarles, Phone: 757-443-5888, PATRICK D BROWN, Phone: 757-443-5913
- E-Mail Address
-
ronald.quarles@navy.mil, patrick.d.brown@NAVY.MIL
(ronald.quarles@navy.mil, patrick.d.brown@NAVY.MIL)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCE SOUGHT NOTICE ONLY. This is not a solicitation or request for quote and no contract or purchase order will be awarded from this notice. There is no solicitation, specification or drawing available at this time. Military Sealift Fleet Support Command is seeking eligible businesses that can provide all management, supervision, personnel, labor, material and equipment (except for Government furnished items) required to management support, system specialist support, commissioning service, field service, repair support and parts support for equipment associated with the Austal Integrated Machinery Control )IMCS), Ride Control System (RCS), and critical aluminum structure on the Joint High Speed class (JHSV). Support shall include periodic equipment grooms technical representative visits, telephone consultations, remote technical support via e-mail and telephone, hardware and software configuration management services, new/ overhauled parts supply, maintenance and periodic equipment training. It is anticipated that service representatives will be required to visit JHVS class vessels at various ports including, but not limited to, the following locations: Baltimore, MD; Earle, NJ; Boston, MA; Charleston, SC; Seattle, WA; Portland, OR; San Diego, CA; San Francisco, CA; Honolulu, HI; Guam; Singapore; Yokosuka, Japan; Jebel-Ali, United Arab Emirates; Bahrain; Dubai; and Naples, Italy. The work is to be performed by Austal authorized/ certified technicians and all parts and equipment required are to be Austal OEM. The requirement is to provide services for one base year and four option years. Estimated issue date of this solicitation is on/about 21 December 2011. After issuance, solicitation may be obtained thru Federal Business Opportunity (FEDBIZOPS) All Small Business, Service - Disabled Veteran - Owned Small Business, Certified HUBZONE, Woman Owned and certified 8(a) Small Businesses are encouraged to respond. The Government will determine whether a set - aside acquisition in lieu of full and open competition is in the Government's best interest. This office anticipates Award of a contract no later than 16 May 2012. The appropriate NAICS Code is 336611. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. It is a market reach tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting officer a brief capabilities package (no more than 10 pages in length, single - spaced, 12 point font minimum) demonstrating ability to provide the requested items. This documentation shall address, as a minimum, the following: Relevant Experience to include experience in providing similar items within the last five years, including contract number, contract value, Government / Agency point of contact and current telephone number; (2) Company Profile to include number of employees, office locations (s), DUNS number, CAGE Code, and statement regarding small business designation and status. Submission of a capabilities package is not a prerequisite to any potential future offerings but participation will assist the Government in tailoring requirements to be consistent with industry. RESPONSES ARE DUE ON Wed, 21 December 2011 by 12:00PM, Responses shall be sent by mail to the following address: Military Sealift Fleet Support Command, Code N10 (Attn: Ronald Quarles), 471 E. C Street, Norfolk, VA 23511. Submissions must be received at the office cited no later than 12:00 PM Eastern Standard Time on 21 December 2011. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Ronald Quarles at the above address, email at ronald.quarles@navy.mil or by phone (757)443-5888...
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6e4049b4fc1d3d34c727712f48b2e8b6)
- Place of Performance
- Address: Various Ports listed in the above description, United States
- Record
- SN02634263-W 20111208/111206234413-6e4049b4fc1d3d34c727712f48b2e8b6 (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 |