Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SOURCES SOUGHT

J -- Sources Sought for Compressed and Liquefied Gas Systems - SOW

Notice Date
11/8/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Philadelphia Division, 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112-1403, United States
 
ZIP Code
19112-1403
 
Solicitation Number
N64498-17-R-H001
 
Archive Date
12/24/2016
 
Point of Contact
Peter Vincenti, Phone: 2158972063
 
E-Mail Address
peter.l.vincenti@navy.mil
(peter.l.vincenti@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Sources Sought for Compressed and Liquefied Gas Systems The Naval Surface Warfare Center - Philadelphia Division (NSWCPD) is conducting a market survey of potential sources who may be interested in providing labor, parts, installation, troubleshooting, repair, maintenance, and modernization support for Low, Medium, and High Pressure Air Compressors, Compressed Gas Valves and Manifolds, Nitrogen and Oxygen Generators, and Cryogenic Valves and Pumps for various ship classes. This survey in no way binds the Government to offer contracts to responding companies. The information provided will assist NSWCPD in understanding the competitive market and in developing a contract strategy. Defense and commercial contractors, including small businesses, veteran-owned businesses, service-disabled veteran-owned businesses, HUBZone small businesses, and woman-owned small businesses are encouraged to participate. Respondents should demonstrate that they currently provided support or can initiate it for the above mentioned technologies for commercial or other military applications and that they have the ability to team with the Original Equipment Manufacturers (OEMs) as delineated in the attached draft Statement of Work (SOW). The purpose of this RFI is to gather current information to inform the Government on how it can best satisfy its needs to include: -Source Selection Evaluation Criteria -Program Risks -Identification of Cost Drivers -Areas of Concern from an Industry Standpoint Responses to this market survey should include supporting materials that discusses your company's competence, experience, and overall understanding of the requirements that NAVSEA has identified. The following information is requested: 1. Company Information Provide the following information about your company. If submitting a team response, please include the requested information for all companies on the team. a) Company Name b) Point of Contact, Phone Number, Email Address c) Company Address d) Website (if available) e) Contact Phone Number f) Business Type (e.g., Large Business, Small Business, Small Disadvantaged Business, 8(a), HUBZone, Woman-owned Small Business, Service Disabled Veteran Owned Small Business, Veteran Owned Small Business) g) NAICS code(s) and business size h) Cage Code and DUNS Number 2. Capabilities Provide the requested information for up to three (3) similar efforts/projects your company/team has performed within the past five (5) years. Complete per project. a) Agency/Customer b) Project Name c) Contract Vehicle and Delivery Order (DO) number (if applicable) d) Period of Performance e) % of Work Performed f) Description of Work performed g) Security Clearance Requirements (number of personnel and level of clearance and/or designation) h) Also, please indicate if your product is commercially available and the medium which carries your product? 3. Contracting Questions a) The Government anticipates soliciting this requirement as a full and open competitive single award Indefinite Delivery / Indefinite Quantity (ID/IQ) contract. The Government anticipates Cost-Plus-Fixed-Fee (CPFF) type task orders. i. What additional type and level of information would be needed by industry to provide a CPFF proposal? ii. Would a cost contract type present any concerns or introduce any factors that would influence your willingness to compete? If so, explain what contract type you would recommend and the rationale. iii. What do you perceive are the major cost drivers? b) The Government anticipates award being made based on best value under FAR 15.101. Beyond required evaluation factors (e.g. Past Performance, Small Business Participation and Price/Cost), what specific factors / subfactors do you recommend the Government evaluate that are "discriminators" based on the scope? If a formal solicitation is generated at a later date, a solicitation notice will be published. It is desirable that data be received with unlimited rights to the Government. However, the Government recognizes that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Contractors shall provide all information being requested in this notice no later than 3 PM EST on 9 December 2016 by electronic mail at no cost to the Government, to Pete Vincenti, peter.l.vincenti@navy.mil. Please use the EMAIL SUBJECT: "Contractor Name Compressed and Liquefied Gas Systems Survey". Email shall be limited to 10MB. Telephone inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cb72cd5a9427b80c21368945fde045b5)
 
Record
SN04323250-W 20161110/161108234653-cb72cd5a9427b80c21368945fde045b5 (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.