Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
SOURCES SOUGHT

P -- Operation and Maintenacne of the Emergency Ship Salvage Material System - Statement of Work "draft"

Notice Date
5/3/2017
 
Notice Type
Sources Sought
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-17-R-4323
 
Archive Date
6/1/2017
 
Point of Contact
Darrell Deitenbeck, Phone: 2027812008, Mercedes Burrell, Phone: 2027811843
 
E-Mail Address
darrell.deitenbeck@navy.mil, mercedes.burrell@navy.mil
(darrell.deitenbeck@navy.mil, mercedes.burrell@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work This announcement is being posted to the Federal Business Opportunities (FBO) page located at http://www.FBO.gov This notice is for market research purposes only and does NOT constitute a request for proposal. This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. In accordance with FAR 15.201, this is Sources Sought/Request for Information (RFI) announcement is issued by the Department of Navy, Naval Sea System Command (NAVSEA), on behalf of the Supervisor of Salvage and Diving, USN(SEA 00C). The Navy is conducting market research in accordance with FAR Part 10 to determine the sources who possess the requisite capability to successfully perform the requirements to manage, maintain and operate Emergency Ship Salvage Material (ESSM) System to include providing Operational Response Teams (ORT) and to support the Navy's oil and hazardous substances (OHS) spill response program. CONUS ESSM facilities are located in Virginia and California. ESSM facilities OCONUS are located in Alaska, Hawaii, Bahrain, Singapore, and Sasebo. The Government has provided the following information as attachments to this source sought announcement: •1. The draft solicitation statement of work. Interested parties are requested to respond with an interested letter, on company letterhead, to include the following: •1. Company name •2. Company telephone number •3. Company mailing address •4. Company website •5. Point of Contact, to include •a. E-mail address •b. Telephone number •c. Fax number •6. Facility clearance •7. Brief description of your company and its capabilities as they relate to the requirements set forth on this announcement and attached SOW, and answer to the following specific questions. •a. Is your company a small or large business as defined by the Small Business Administration (SBA)? (i.e. Large, SB, VOSB, SDVOSB, WOSB, etc. •b. Number of Employees? How many maintain OSHA 40-HR HAZWOPER Certification? •c. Does your company have global experience? If so, in what countries? Response Deadline and Submission: Responses are requested by 5 PM Eastern Standard Time, 17 May 2017. Responses shall be submitted via e-mail only to darrell.deitenbeck@navy.mil, with a CC to mercedes.burrell@navy.mil. "ESSM Sources Sought Response-COMPANY NAME" should be in the subject field. DISCLAIMER AND IMPORTANT NOTES: This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation. Submissions will not be returned. Other: The Government will not pay for any effort expanded or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided. Future information, if any, will be posted at the website for FBO, the same site where this announcement was posted. An IDIQ type contract is contemplated using primarily award fee type delivery orders with the latitude to also use firm-fixed price type delivery orders. The contemplated contract will be for a period of one year, plus four optional periods. The solicitation is expected to be posted electronically under its solicitation number in 2017 at http://www.fbo.gov. Contracting Officer Address: Dept of the Navy Naval Sea Systems Command 1333 Isaac Hull Ave Washington, DC 20376 Points of Contact: Mercedes Burrell, Sea 024 Contracting Officer, mercedes.burrell@navy.mil or Darrell Deitenbeck, SEA 024 Contracting Specialist.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-17-R-4323/listing.html)
 
Place of Performance
Address: Various Locations World Wide, United States
 
Record
SN04495207-W 20170505/170503235704-7faf9722fe8cce2afbb652d237823828 (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.