Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2014 FBO #4740
DOCUMENT

R -- Grindavik Support Services - Attachment

Notice Date
11/14/2014
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N7027215GRIND
 
Response Due
12/5/2014
 
Archive Date
12/20/2014
 
Point of Contact
CAITLIN KING - (757) 443-1324
 
Small Business Set-Aside
N/A
 
Description
Subject to FAR Clause 52.215-3, entitled Solicitation for Information of Planning Purpose, this announcement constitutes a Sources Sought for information and planning purposes for qualified and experienced sources to provide support for the operation and maintenance of the Low Frequency (LF) and Very Low Frequency (VLF) Fixed Submarine Broadcast System (FSBS) at Naval Radio Transmit Facility (NRTF) located in Grindavik, Iceland. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The Government plans to procure these services as Commercial Item as defined in FAR 2.101. Place of Performance (Site Location) The performance of this work will be at the Naval Radio Transmit Facility (NRTF) located in Grindavik, Iceland. NAICS Code The NAICS Code for this requirement is 541330, Engineering Services, and the Size Standard is $15M. Period of Performance The period of performance for this requirement will be one base year and four one-year option periods. This contract is estimated to commence on 31 August 2015. The proposed procurement is for a single award, Firm Fixed Price (FFP) contract. The Firm Fixed Pricing of this requirement will be based on the monthly rate charged for the services as described in the PWS. The scope of this contract includes transmitter activation/deactivation, transmission monitoring, supporting utility and emergency power systems, retuning helix coils, maintaining logs and records, tower light replacement, maintaining site cables, cross-connects, and cable records, circuit configuration, equipment preventive and corrective maintenance, facility maintenance, physical security and fire protection equipment maintenance, and janitorial/housekeeping services. Reponses to this Sources Sought request should reference (N7027215RCLK500) and shall be submitted electronically to Caitlin King at caitlin.king@navy.mil Phone: (757) 443-1324 and John North at john.w.north@navy.mil Phone: (757) 443-1230 by 11:00 EST on 05 December 2014. All responses submitted to this RFI shall be in English. Responses shall include the following information in this format: 1.Company name, address, POC name, phone number, fax number and email. 2.Contractor and Government Entity (CAGE) Code and Dunn and Bradstreet Number. 3.If the services can be solicited from a GSA schedule or SeaPort-e contract vehicle, provide the applicable contract number. 4.Relevant past performance on same/similar work dating back 5 years and your company ™s capacity to perform the type of work. 5.Capability Statement addressing the following: Contractor ™s ability to perform operation and maintenance on the LF/VLF System as detailed in the PWS. Contractor ™s experience/ability to provide facilities support inclusive of facilities maintenance, physical security, janitorial/housekeeping services as defined in the PWS. Contractor ™s experience/qualifications as identified in Section 9.0 of the PWS. Contractors should include their anticipated teaming/partnering/subcontracting arrangements along with corporate information such as company name, address, point of contact name, phone number, and email address. Contractors should indicate whether they are authorized to carry out business activities in Iceland. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition as specified in the Draft Performance Work Statement. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) standard typewritten pages in no less than 12 point font. All technical questions and inquiries maybe submitted within the response. Also, indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. A draft PWS, draft (Attachment 1) of the PWS is posted in this notice for your reference. Again, this is not a request for a proposal. Respondents will not be notified of the results and the U.S. Government is not required to answer any questions submitted in regards to this RFI. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N7027215GRIND/listing.html)
 
Document(s)
Attachment
 
File Name: N7027215GRIND_Grindavik_Sources_Sought.docx (https://www.neco.navy.mil/synopsis_file/N7027215GRIND_Grindavik_Sources_Sought.docx)
Link: https://www.neco.navy.mil/synopsis_file/N7027215GRIND_Grindavik_Sources_Sought.docx

 
File Name: N7027215GRIND_Draft_PWS.doc (https://www.neco.navy.mil/synopsis_file/N7027215GRIND_Draft_PWS.doc)
Link: https://www.neco.navy.mil/synopsis_file/N7027215GRIND_Draft_PWS.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03573065-W 20141116/141114234123-f05349817538362108aefd7aaceb682d (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.