Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2011 FBO #3681
DOCUMENT

E -- Prefabricated Concrete Base Structure - Attachment

Notice Date
12/21/2011
 
Notice Type
Attachment
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
N63394 NAVAL SURFACE WARFARE CENTER, CALIFORNIA 4363 Missile Way Port Hueneme, CA 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N6339412T0007
 
Response Due
1/6/2012
 
Archive Date
1/21/2012
 
Point of Contact
Gerry Polohanan - Contract Specialist
 
E-Mail Address
805-228-6113<br
 
Small Business Set-Aside
N/A
 
Description
The Naval Surface Warfare Center, Port Hueneme Division, (NSWC PHD) anticipates a contract requirement for the manufacture, assembly, test, acceptance, and installation of a pre-fabricated concrete base for a Vertical Launch System (VLS), stand alone pre-stressed concrete blocks (Qty-32) to support conex boxes, and stand alone pre-stressed concrete pads (Qty 3) to hold camera towers. The foundation and pads procured will be comprised of custom fabricated pre-cast concrete and Commercial-Off-The-Shelf (COTS) and Non-Developmental Item (NDI) components. The primary North American Industry Classification System (NAICS) code for this procurement is 327331 with a size standard of 500 employees. The anticipated issue date of the solicitation is February 1, 2012 and will be open for 22 working days. The projected award date is May 18, 2012. The desired delivery is anticipated to be in August 2012 and includes a one (1) year option period after delivery beginning December 2012 to cover period for installation. A Firm Fixed Price Contract is anticipated. Award will be made at the price determined to be fair and reasonable by the Contacting Officer to a responsible contractor in accordance with FAR 9.1. It is requested that all interested Small Business concerns, including but not limited to HUBZone, 8(a) Small Disadvantaged Businesses (SDB) and Service Disabled Veteran-Owned Small Businesses (SDVOSB) respond with a Capability Statement of a maximum of four (4) pages to be used to determine the availability of Small Business concerns for this requirement. Interested Small Business concerns must identify their small business socio-economic categories. The Capability Statement shall succinctly address the following three items below to demonstrate the contractor's capability to perform the requirements of the Statement of Work (SOW): (1) The contractor's ability to manage, as prime contractor, the type and magnitude of tasking in the SOW; and (2) The contractor's technical ability or approach to achieving technical ability to perform the requirements of the SOW; and (3) The contractor's capacity or approach to achieving capacity to conduct the requirements of the SOW. For the purpose of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, the size of the staff needed, etc. Demonstrated ability to manage, technical ability and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested contractor's approach to demonstrate capability. Demonstrated performance must have been carried out within the preceding one (1) year option. NOTE: Only information provided in the written Capability Statement shall be considered. DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY. Questions regarding this Sources Sought Notice shall be submitted via e-mail to: gerry.polohanan@navy.mil by 4:00 PM Pacific Time January 6, 2012. Attachment(s): (1)Statement of Work (2 pgs) (2)Illustrations (5 pgs)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N6339412T0007/listing.html)
 
Document(s)
Attachment
 
File Name: N6339412T0007_SOW_San_Nicolas_Island.doc (https://www.neco.navy.mil/synopsis_file/N6339412T0007_SOW_San_Nicolas_Island.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6339412T0007_SOW_San_Nicolas_Island.doc

 
File Name: N6339412T0007_Tech_Drawings(3pgs).pdf (https://www.neco.navy.mil/synopsis_file/N6339412T0007_Tech_Drawings(3pgs).pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6339412T0007_Tech_Drawings(3pgs).pdf

 
File Name: N6339412T0007_Heavy_Duty_DMX_Tower(2pgs).pdf (https://www.neco.navy.mil/synopsis_file/N6339412T0007_Heavy_Duty_DMX_Tower(2pgs).pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6339412T0007_Heavy_Duty_DMX_Tower(2pgs).pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02643643-W 20111223/111221234806-c0ad9fd8fafcc496822c383309010db2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.