SOURCES SOUGHT
J -- USS HOWARD - Interior Preservation - 15-0047 ELIN SCOPE SHEET
- Notice Date
- 9/22/2015
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- 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-0047
- Archive Date
- 10/21/2015
- Point of Contact
- IRMA TAMAYOHOLMAN, Phone: 6195564725, Roderick Q. Rioveros, Phone: 6195562309
- E-Mail Address
-
irma.tamayoholman@navy.mil, roderick.rioveros@navy.mil
(irma.tamayoholman@navy.mil, roderick.rioveros@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 15-R-0047 CIS Preservation Section C 15-R- Hazardous Waste 077-001 swt 15-0047 ELIN SCOPE SHEET This 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) Commercial Industrial Services (CIS) is seeking small business concerns to provide interior preservation services. Contractor shall accomplish interior preservation, prepare, prime and paint machinery space bilges in auxiliary machinery room No.1, 4-126-0-E, 11,760 square feet. Work to be performed on board the USS HOWARD (DDG-83), Naval Station, San Diego, CA. Anticipated period of performance is 14 December 2015 through 15 January 2016. SWRMC is contemplating single award firm fixed price contract for the requirement specified in the attached ELIN/Statement of Work. The applicable NAICS code is 336611 Ship Building and Repairing. Interested vendors 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 The capabilities statement should also 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 and past performance 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 5PM (Local), 6 October 2015. All responses should be forwarded to Irma Tamayoholman, email: Irma.tamayoholman@navy.mil; Gina Manalo, email: gina.manalo@navy.mil, and Roderick Rioveros, email: roderick.rioveros@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N55236-15-R-0047/listing.html)
- Place of Performance
- Address: NAVAL STATION, SAN DIEGO, SAN DIEGO, California, 92136, United States
- Zip Code: 92136
- Zip Code: 92136
- Record
- SN03897432-W 20150924/150922235108-075aa4388a1e242aee527cea3d31cd25 (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 |