Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2016 FBO #5445
SOURCES SOUGHT

V -- Pack and Crate Services for Naval Base Lemoore, California

Notice Date
10/18/2016
 
Notice Type
Sources Sought
 
NAICS
488991 — Packing and Crating
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024417R0002
 
Response Due
10/28/2016
 
Archive Date
10/31/2016
 
Point of Contact
Marriana F. Booker
 
Small Business Set-Aside
Total Small Business
 
Description
NAVSUP FLC San Diego, Seal Beach Detachment is seeking capability statements from potential small business sources (all classifications) to provide for pack and crate services of personal property in Lemoore, CA and commuting area. Services include inbound, outbound and intra-city intra-area moves. The primary North American Industry Classification System (NAICS) code for this procurement is 488991 with a size standard of $27.5 Million. The anticipated performance period will span five (5) years and possibly six (6) months from the date of award, if all options are exercised. The anticipated award date is Dec 2016. It is anticipated that the Request for Proposal (RFP) will be posted on October 31, 2016. The resulting Direct Procurement Contract (DPM) 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 Performance Work Statement (PWS). All interested businesses shall submit responses via electronic email only to the attention of Marriana Booker, Contracting Specialist, at marriana.f.booker1@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 1400 Pacific Time on 28 October 2016. Late responses will not be considered. There is no incumbent. 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 488991. 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 Jan 2017 (if it were the awardee). Incomplete responses will not be considered. Attachments: (1) Draft Performance Work Statement (PWS)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024417R0002/listing.html)
 
Record
SN04306729-W 20161020/161018234122-a25ecf8403632713b5b211e279bc0677 (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.