SOURCES SOUGHT
38 -- NAVFAC EXWC CESE Life Extension Program-Overhaul, Refurbishment and Repair of Equipment - PWS RTF CLEP Sources Sought
- Notice Date
- 12/18/2013
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC EXWC Port Hueneme, Naval Facilities and Expeditionary Warfare Center, 1000 23rd AVE, Port Hueneme, California, 93043-4301, United States
- ZIP Code
- 93043-4301
- Solicitation Number
- N39430CLEP2014
- Archive Date
- 2/16/2014
- Point of Contact
- Euclid-Jake P. Posadas, Phone: 8059824217, June E. Haynes, Phone: (805)982-5095
- E-Mail Address
-
euclidjake.posadas@navy.mil, june.haynes@navy.mil
(euclidjake.posadas@navy.mil, june.haynes@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement (PWS) for NAVFAC EXWC CLEP services. PTD Required Element. IUID Sample Plate. CESE and CEEI Painting Requirements. Salient characteristics of Fuel and Oil Treatment that is currenly used by the government. Example of Oil Analysis Report. LIst of potential equipment that will require Overhaul, refurbishment and repair under this contract. Quality Assurance Surveillance Plan (QASP). Description: THIS SOURCES SOUGHT NOTICE IS AN ADVANCE NOTICE FOR INFORMATION, MARKET RESEARCH, AND PLANNING PURPOSES ONLY. NO SOLICITATION IS AVAILABLE AT THIS TIME. This is not a solicitation 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. In preparation for a future procurement, Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) requires contractor support to provide overhaul, refurbishment, repair, and preventative maintenance services, for automotive vehicles, motorized and non-motorized construction equipment, material/weight handling equipment, fire and emergency response vehicles, small boats and watercraft, shipping container assets and special military and commercial support equipment. The services of the equipment shall consist of Inspection Services, (Diagnostic Services, Oil and Fluid Analysis) Overhaul and Repair Services (repair parts, replacement of tires, fuel and oil treatments, painting of equipment) and Logistics Management Information and Services (provisioning technical documentation for all equipment repairs that alter the physical configuration of the equipment). The attached PWS provides more information on the services required. REQUIRED CAPABILITIES and CAPABILITIES STATEMENT: The Capabilities Statement shall not exceed 7 pages and shall provide sufficient information to determine technical capability outlining company background, technical approach, and understanding of the general work requirement and previous relevant contracts/work done. The statement shall describe the Contractor's technical capabilities and identify any Subcontractors that will be used. It shall also describe the systems in place that can provide services in accordance with the Performance Work Statement. The capabilities statement must show the contractor's level of competence in the field of Civil Engineering Support Equipment Life Extension Program (CLEP) which includes overhaul, repair, refurbishment and preventative maintenance services for the types of equipment mentioned in Attachment 2 of the PWS. Interested parties must also show in their capabilities statement that they can provide, maintain and update a real time database/website accessible via internet as described in Section 7.1 of the PWS. PERIOD OF PERFORMANCE: This contract will be from the effective date of the contract award and continues for a period of performance of one year with four option years. SUBMISSION DETAILS: Responses to this notice should include the following information: (1) Business name, address, business size and type 8(a), HUB Zone, Service Disabled Veteran, Small Business, Large Business, etc., (2) Responses shall also indicate NAICS code, CAGE Code and DUNS Number (3) point of contact to include e-mail address and telephone number. All responses shall be in the English Language. All information (information provided by the offeror will not be returned) and all inquiries must be submitted via e-mail (9MB limit) to: 1. John Laszik, Technical POC, (805)982-6755, email: john.laszik1@navy.mil; and to 2. Euclid-Jake Posadas, Contract Specialist, (805)982-4217, email: euclidjake.posadas@navy.mil. Your responses are requested by COB, Saturday, 1February 2014. Submissions after this date will be accepted but feedback may not be as timely. This Sources Sought announcement is not a commitment by the Government to issue a solicitation or ultimately award a contract. The North American Industry Classification System NAICS code is 811310.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/76ced4e584fbed3bf85ee3839121f28a)
- Record
- SN03254103-W 20131220/131218234958-76ced4e584fbed3bf85ee3839121f28a (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 |