SOURCES SOUGHT
R -- SWRMC FIRE SAFETY PROGRAM - SOURCES SOUGHT
- Notice Date
- 4/6/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, South West Regional Maintenance Center, 3755 Brinser Street, San Diego, California, 92136, United States
- ZIP Code
- 92136
- Solicitation Number
- N55236-15-R-0021
- Archive Date
- 4/28/2015
- Point of Contact
- Sharon M Young, Phone: 619-556-7266, Francine M. Chavez, Phone: 619-556-1216
- E-Mail Address
-
sharon.m.young@navy.mil, francine.chavez@navy.mil
(sharon.m.young@navy.mil, francine.chavez@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SWRMC Fire Safety Program Performance Work Statement (PWS) - DRAFT T his is a sources sought notice for information and acquisition planning purposes. This is not a Request For Proposal (RFP) and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue an RFP, contract, or order. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. Southwest Regional Maintenance Center (SWRMC) is seeking vendors that can provide technical support services to the Southwest Regional Maintenance Center (SWRMC) Environmental, Safety and Health (ESH) Department, in support of the NAVSEA/SWRMC Industrial Ship Safety for Fire Protection and Response Program (Fire Safety Program). The Contractor will assist the SWRMC Fire Safety Officer with Fire Safety Program development, implementation, inspection, and training, in order to ensure safe industrial repair operations for U.S. Navy ships in maintenance availabilities at SWRMC and private contractor/shipyard facilities. Contractor personnel must be U.S. citizens and a secret facilities clearance is required for the company. All support services shall be provided in the San Diego, CA metropolitan area unless other locations are specifically authorized. SWRMC is contemplating a Cost-Plus-Fixed-Fee (CPFF) contract. Interested contractors should submit a capabilities statement (not to exceed five pages) that demonstrates their capability to perform the services described herein. The capabilities statement shall include: § Company name § Address § Business size (small, small disadvantaged, 8(a), women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned) [more than one category may be selected as applicable] § Point of contact (POC) information for the interested firm • § Company's technical capabilities • § Commercial and Entity Code (CAGE) § If your company has an approved Quality Management System (in accordance with NAVSEA Standard Item 009-04) The capabilities statement should identify, by contract number, past or current contracts and/or subcontracts that were awarded to your firm, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a point of contact for the customer/recipient of the work performed. The Government will evaluate each respondent's capabilities statement to determine if the respondent has the requisite experience to complete the requirements described herein. No telephone inquiries will be accepted. The Government does not commit to providing a response to any comments or questions. No basis for a claim against the Government shall arise as a result of this announcement. Responses should be received no later than 13 April 2015, 2:00PM (PST). All responses must be submitted to Ms. Sharon Young, email: sharon.m.young@navy.mil and Francine Chavez, email: francine.chavez@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N55236-15-R-0021/listing.html)
- Record
- SN03689934-W 20150408/150406234353-32f0e0a51f2d0e3b75a3b1bdd4404fd5 (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 |