Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 25, 2015 FBO #4962
SOURCES SOUGHT

J -- Request for Information - Waterfront Support Services - Draft PWS

Notice Date
6/23/2015
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Carderock Division, 9500 MacArthur Boulevard, West Bethesda, Maryland, 20817-5700
 
ZIP Code
20817-5700
 
Solicitation Number
N00167-15-SS-0015
 
Archive Date
7/22/2015
 
Point of Contact
Joy D. Kamara, Phone: 3012273475
 
E-Mail Address
joy.kamara@navy.mil
(joy.kamara@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft SOW REQUEST FOR INFORMATION - Waterfront Support Services, NWCCD-CCD Norfolk, VA This is not a Request for Proposal (RFP) and award of a contract will not be made as a result of this request for information (rfi). The Naval Surface Warfare Center, Carderock Division (NSWCCD) has a requirement for Waterfront Support Services at NSWCCD - Combatant Craft Division, Norfolk, VA. The purpose of this RFI is to identify potential sources and their capabilities for the required services. A draft Statement of Work (SOW) is provided as an attachment to this RFI. Interested firms are requested to submit comments on the draft SOW. In addition, a Market Research Questionnaire is also attached to this RFI and is intended to assist the Government in determining whether large or small business prime contractors are capable to provide the required services and their interest in responding to a future solicitation. The Government will utilize and consider responses received from this RFI during the procurement planning process. The Government anticipates award of a non-performance based, Cost-Plus- Fixed-Fee (CPFF) contract with a period of performance of a Base Period of 12 months and four option periods of 12 months each. It is anticipated that the award of the contract will be made on a best value basis and a trade-off analysis will be performed; taking into consideration technical capability, past performance, and cost. It is anticipated that approximately _ 80 __% of the contractor personnel will perform their duties using Government facilities at NSWCCD-CCD in Norfolk, VA and San Diego, CA; _ 14 __% will utilize contractor facilities in Norfolk, VA and _ 6 __% will utilize contractor facilities in San Diego, CA. Interested firms are encouraged to submit comments on the draft SOW and the completed the Market Research Questionnaire Form via email to Joy Kamara at joy.kamara@navy.mil no later than July 7, 2015; 2pm EST. Note that respondents will NOT be notified of the results of the market research questionnaire. All comments to the draft SOW will be reviewed by the Government to assist in identifying revisions to be incorporated in the final SOW. All market research questionnaires will be reviewed and the information will assist the Government in making a determination regarding the utilization of a small business set aside, which will be conducted per the regulatory requirements of FAR Part 19 - Small Business Programs. All information will be kept confidential and will not be disseminated to the public. This RFI is not to be construed as a commitment by the Government, nor will the Government pay for the information received in response to this RFI. ATTACHMENT TO REQUEST FOR INFORMATION - WATERFRONT SUPPORT SERVICES - NSWCCD-CCD, NORFOLK, VA MARKET RESEARCH QUESTIONNAIRE NOTE: INTERESTED PARTIES SHALL SUBMIT ONLY THE INFORMATION AS REQUESTED IN THIS MARKET RESEARCH QUESTIONARE. COMPANY INFORMATION Company Name: CAGE Code: DUNS Number: Contract #: Company Address: Point of Contact (POC) : POC Title: POC Email Address: POC Phone Number: MARKET RESEARCH QUESTIONS # QUESTION ANSWER 1 Has your company been awarded an IDIQ Contract as a small business? Yes No 2 Have you provided similar support services to those referenced herein for either the private industry or the Government? Yes No 3 Please identify your company's socio-economic small business size status under your IDIQ Contract (if applicable), or indicate if your company is a large business. 8(a) SDB WOSB VOSB SDVOSB HUBZone Large Business Other: _________ 4 Does your company regularly engage in the business of providing the support services described herein? (At least 50% of the work performed by your company). Yes No 5 How long has your company provided these or highly similar services? ___ Yr(s) ___ Mo(s) 6 Please indicate the percentage of the actual work requirements that you would intend to perform as the Prime Contractor. _______% 7 Please list all contracts that your company is currently performing with the same/similar work requirements as those identified herein, and indicate the level of similarity (high/low) to the effort in scope. For all references, include the contract number, description of effort, and name and phone number of associated POCs. Information may be provided below or as a separate document. Contract Agency/ Effort Similarity Prime/Sub Number POC Info Description (high/low) (%Contract) ____________ ______________ _____________ _________ _________ ____________ ______________ _____________ _________ _________ ____________ ______________ _____________ _________ _________ ____________ ______________ _____________ _________ _________ 8 Please list contracts that your company has completed within the last three (3) years with the same/similar work requirements as those identified herein, and indicate the level of similarity (high/low) to the effort in scope. For all references, include the contract number, description of effort, and name and phone number of associated POCs. Information may be provided below or as a separate document. Contract Agency/ Effort Similarity Prime/Sub Number POC Info Description (high/low) (%Contract) ____________ ______________ _____________ _________ _________ ____________ ______________ _____________ _________ _________ ____________ ______________ _____________ _________ _________ 9 What is your company's policy and/or practice in seeking out small-disadvantaged, woman-owned, veteran-owned, service-disabled veteran-owned and/or HUBZone small businesses for consideration in awarding subcontracts? _____________________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ 10 Does your company currently/usually staff employees capable of performing the type of effort identified in the Draft SOW? Yes No 11 Does your company employees possess security clearances, or would your company be able to obtain such clearances if required for the anticipated work? Yes No 12 Does your company perform work in the Norfolk, VA area? Yes No 13 Is your company familiar with the demographic, economic, and labor profiles of the Norfolk, VA area? Yes No 14 In addition to the items identified above, please provide a brief description (in the space below or on a total of up to five (5) additional pages) identifying your company's capabilities for performing the required services. Please address your company's capabilities by referencing specific work requirements of Section 2 of the attached Draft SOW. _____________________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________ ________________________________________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00167/N00167-15-SS-0015/listing.html)
 
Place of Performance
Address: See Above, United States
 
Record
SN03773751-W 20150625/150623235720-0436543ed41da449e40eb9cf6c7f37f9 (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.