Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
DOCUMENT

J -- Preventative and Corrective Maintenance of Government Owned Galley Equipment located at the Naval Base Ventura County - Attachment

Notice Date
2/11/2016
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
Solicitation Number
N0024416T0045
 
Response Due
2/22/2016
 
Archive Date
3/8/2016
 
Point of Contact
Cindy Tafoya, 562-626-7378
 
E-Mail Address
Click here to contact the contracting officer via e-mail
(cindy.tafoya@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NAVSUP FLC San Diego in connection Command Naval Regional Southwest (CNRSW) is seeking capability statements from potential sources (all classifications) for the Preventative Maintenance (PM) and Corrective Maintenance (CM) to Government Owned Galley Equipment at the Naval Base Ventura County Galleys at San Nicolas Island, Point Mugu and Port Hueneme, CA. These services are to provide qualified personnel, equipment, supplies, tools, materials and supervision necessary to perform PM and CM to keep all galley equipment in good working order for military personnel use. Please read the full scope in the Performance Work Statement (PWS). The primary North American Industry Classification System (NAICS) code for this procurement is 811310 with a size standard of $7.5 Million. The anticipated performance period will be for one (1) base year and four (4) one-year option periods for a total period of performance of five (5) years from the date of award, if all options are exercised. The anticipated award date is 11 April 2016. It is anticipated that the Request for Proposal (RFP) will be posted on 24 February 2016. The resulting contract is anticipated to be Firm Fixed Price (FFP). This Sources Sought is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. It is requested all interested concerns respond with a Capability Statement of a maximum of ten (10) pages, font no smaller than 12 point, demonstrating its ability to perform the services listed in the draft PWS. The results of this Sources Sought will be utilized to determine if small business opportunities exist and also to gauge competitiveness for the upcoming solicitation. See attached Draft PWS. All interested businesses shall submit responses via electronic email only to the attention of Cindy Tafoya, Contracting Specialist, at cindy,tafoya@navy.mil. Questions or comments prior to the closing date may be addressed directly to the Contract Specialist via email, (No phone calls will be accepted). Responses shall be received electronically via email no later than 1600 Pacific on 19 February 2016. Late responses will not be considered. The Capability Statement must address, at a minimum, the following: 1. Statement providing Company Name, Company Address, GSA contract number (if applicable), Points of Contact (POC) including name, phone number, fax number, e-mail address and confirmation of current small business status under NAICS code 811210. 2) Prior/current corporate (past performance) experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indicate either prime or subcontractor for each effort, contract values, hours/dollars incurred to date, Government point of contact with current telephone number and email address and brief description of how the referenced contract relates to the services described herein. 3) The contractor s ability to manage, as a prime contractor, the types and magnitude of all taskings in the PWS. 4) For Small Business concerns, the contractor s technical capability, or potential approach, to achieving technical ability, to perform at least 51% of the price of the Order with its own employees. 5) The contractor s technical approach and capacity, or the potential approach to achieving capacity, to conduct the requirements of the draft PWS. 6) The contractor s proposed Transition Plan explaining its ability to begin performance on the award in April 2016 (if it were the awardee). Incomplete responses will not be considered. Attachments: (1) Draft Performance Work Statement (PWS), exhibits and Equipment Listings
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024416T0045/listing.html)
 
Document(s)
Attachment
 
File Name: N0024416T0045_PWSNBVCGALLEYFY16SourcesSought.docx (https://www.neco.navy.mil/synopsis_file/N0024416T0045_PWSNBVCGALLEYFY16SourcesSought.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0024416T0045_PWSNBVCGALLEYFY16SourcesSought.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04017766-W 20160213/160211234347-72585606c7df7853011d3462184af57d (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  © 1994-2020, Loren Data Corp.