Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2013 FBO #4383
SOURCES SOUGHT

J -- Small Outboard Motor (OBM) Inspection, Repair and/or Refurbishment - Draft SOW

Notice Date
11/22/2013
 
Notice Type
Sources Sought
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Division, Code B32, 110 Vernon Ave, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
N61331-14-R-8261
 
Point of Contact
Angela M Maher, Phone: 8502344563, Jenetta L. Langston, Phone: 8502355362
 
E-Mail Address
angela.maher@navy.mil, jenetta.langston@navy.mil
(angela.maher@navy.mil, jenetta.langston@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work The purpose of this Sources Sought announcement is to identify sources capable of providing support for this effort. The information received will be used to determine if the whole requirement, or a portion of the requirement, can be set aside for small business, 8(a) business development participants, HUBZone small business concerns, service-disabled veteran-owned small business concerns, economically disadvantaged women-owned small business concerns or women-owned small business concerns eligible under the Women-Owned Small Business Program." Responses from small businesses are highly encouraged. Based on responses to this notice, the Government may consider a small business set-aside for this requirement. Naval Surface Warfare Center Panama City Division (NSWC PCD), Panama City, Florida has a requirement for inspection, repair, and refurbishment of small (55 horsepower or less) Bombardier Outboard Motors (OBM's) in Oahu, Hawaii. The DRAFT Statement of Work (SOW) attached to this Sources Sought Announcement outlines the specific level of support required. Interested small businesses concerns should review the attached draft PWS and submit capability statements reflecting their companies' capabilities to provide the effort described in the PWS. Note that the PWS is only a draft and may change when the solicitation is issued; however, the core requirement will not change. The anticipated NAICS code is 811490 with a size standard of $7M. The anticipated contract will contain a 12 month base period plus 4 12-month option periods. Interested companies should include the following information in their responses: (1) CAGE CODE (2) Description of their capability of performing the requirements in the draft PWS; (3) Name and address of firm; (4) Size of business including average annual revenue for past three years, number of employees, and type of small business (8 (a), Women-Owned, HUB-Zone, Veteran- Owned, Service-Disabled-Veteran-Owned Business); (5) Ownership including Country of Ownership, Central Contractor Registration (CCR) information, and DUNS Number, if available; (6) Number of years in business; (7) Two points of contact including: name, title, phone, fax, and e-mail address. In addition, interest companies should respond to the following questions: (1) Is your company a Certified/Authorized Bombardier Outboard Motor repair facility/dealer? If so, please provide a copy of your authorized dealer certificate. If the answer is no, respond to number (2). (2) List the type and length of your company's experience inspecting, repairing, refurbishing 30 and 55 horsepower Bombardier (Johnson and Evinrude) OBMS (including end units). (3) Do you have the means to pick-up and deliver up to 5 OBMs at a time in Pearl City, Hawaii? (4) What is your standard completion time for inspection, repair/refurbishment for each lot of engines? There is no specific format or outline submittals must follow. Summaries should be no longer than 10 pages in length. The incumbent contractor is BKT, LLC, Honolulu, HI, contract # N61331-10-D-001. Submit responses to Angela Maher, Contract Specialist, via e-mail at angela.maher@navy.mil no later than 13 Dec 2013, 4:00 pm CST. THIS SOURCES SOUGHT ANNOUNCEMENT IS FOR INFORMATION AND ACQUISITION PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT, OR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER AN 8(A) SET-ASIDE, SMALL BUSINESS SET-ASIDE, OR TO DETERMINE ANY OTHER ACQUISITION STRATEGY BASED ON RESPONSES RECEIVED TO THIS NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a91968498f9495e256a150f3c7bba219)
 
Place of Performance
Address: Oahu, Hawaii, United States
 
Record
SN03239727-W 20131124/131122234233-a91968498f9495e256a150f3c7bba219 (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.