Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2015 FBO #4794
MODIFICATION

20 -- Sheet Metal Work Manufacturing

Notice Date
1/7/2015
 
Notice Type
Modification/Amendment
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024415R0011
 
Response Due
1/20/2015
 
Archive Date
2/6/2015
 
Point of Contact
Anastasia Pentzakoff 619-556-9637
 
Small Business Set-Aside
N/A
 
Description
Fleet Logistic Center San Diego is conducting a market survey to determine the interest and capability of Industry to participate in a competitive acquisition of Habitability Supplies in support of FLC San Diego. The primary North American Industry Classification System (NAICS) code for this procurement (in accordance with Seaport-E rolling admissions) is 332322 with a size standard of 500. The contract term will be a base period with a potential of four one-year option periods. The anticipated award date is 17 May 2015. It is anticipated that the Request for Proposal (RFP) will be posted in February 2015. The resulting contracts are anticipated to be Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)Multiple Award Contracts (MAC). Disclaimer: This is a SOURCES SOUGHT announcement. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Any information submitted by respondents to this technical description is strictly voluntary. The Government intends to set-aside this acquisition to small businesses. As a result, the Government is performing market research in order to determine if small businesses possess the capability to execute the requirements within this acquisition. Respondents need to indicate all small business designations. Interested business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response. Based upon small business responses received, consideration will be given to defining what part of the acquisition, if any, will be set-aside for small business competition. PROJECT INFORMATION: The contractor will provide labor and materials to renovate various spaces aboard US Naval ships. These spaces are primarily, but not limited to, habitability spaces. The spaces may include, but are not limited to: heads, berthing compartments, staterooms, offices, lounges, ship store, barber shop, galley/mess room/wardroom, supply storage area, library, chapel, etc. Renovations may include, but are not limited to: overheads, decks, bulkheads, furniture, rearrangements, new arrangements, fabrication of shipboard furniture and food service items, installations, removals, etc. This effort is required to accomplish habitability interior design upgrades that do not include major alterations, installations, modifications, repairs, and upgrades to spaces, systems, and components. Contractor shall be responsible for compliance with all naval directives pertaining to the manufacture, installation, and material requirements for shipboard habitability spaces. A Delivery Order will specify specific requirements if necessary. The contractor shall be required to have office and manufacturing facilities within a one hour commute of Naval Base Southwest Region, San Diego, California. In order to be considered for award, the prime contractor(s) must be capable of performing in accordance with FAR 52.219-14 Limitations on Subcontracting clause. The geographic scope of the contract is not limited and is Navy wide. Organizations authorized to use the this contract consist of those afloat naval assets assigned under the authority of Commander Fleet Forces Command, Military Sea-Lift Command, and any other Federal Maritime Agency authorized by the contracting officer both CONUS and OCONUS. SUBMISSION REQUIREMENTS Interested contractors are to submit the following information: company name, address, point of contact, telephone number, e-mail address; DUNS, and information regarding your companys experience identifying: contracting agency, contract number, title, place of performance, years of performance, and value of contract per year. Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Times New Roman, font size 12 and should not exceed five (5) one-sided, 8 X 11 pages in Microsoft Word or PDF format to the contract specialist via email to: anastasia.pentzakoff@navy.mil. Submissions must be received via email no later than 3:00 PM Pacific Standard Time on Tuesday, 20 January, 2015. Questions or comments regarding this notice shall be posted to the Contract Negotiator in writing and via EMAIL ONLY. No phone calls will be accepted. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Personal visits for the purpose of discussing this announcement will not be scheduled. THIS is NOT a REQUEST for a PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024415R0011/listing.html)
 
Record
SN03610153-W 20150109/150107234109-c1fee9e808b3fd41ba33cca8bdd39753 (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.