DOCUMENT
L -- MERCHANT MARINER SERVICES FOR FOUR TSVRON VESSELS IN NORFOLK VA AND JACKSONVILLE FL - Attachment
- Notice Date
- 8/17/2017
- Notice Type
- Attachment
- NAICS
- #488390
— Other Support Activities for Water Transportation
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- Solicitation Number
- N0018917R0065
- Response Due
- 8/24/2017
- Archive Date
- 9/8/2017
- Point of Contact
- Thomas.armstrong@navy.mil
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes a Sources Sought for information and planning purposes only. Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk ™s intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide fully qualified mariners to crew and support four (4) training and support vessels as defined in the attached draft Performance Work Statement. The intended contact type is firm-fixed price. The anticipated period of performance for an eventual contract, if awarded, is a twelve (12) month base period and four (4) twelve (12)-month option periods. Subject to FAR Clause 52.215-3, entitled Solicitation for Information of Planning Purpose, this announcement constitutes a sources sought synopsis for written information only. This is not a solicitation announcement for proposals: a contract will not be awarded from of this announcement. This sources sought notice is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The NAICS Code for this requirement is 488390, Other Support Activities for Water Transportation, and the Size Standard is $38.5 million. The Government has not yet determined whether an existing strategically sourced vehicle will be used to satisfy this requirement. If it is determined to be in the best interest of the Government to utilize Seaport-E, then the applicable NAICS code and size standard will be 541330 “ Engineering Services and $38.5 million. Reponses to this Sources Sought request should reference N0018917R0065 and shall include the following information in this format: 1.Company name, Contractor and Government Entity (CAGE) Code, address, point of contact name, phone number, fax number and email address. 2.Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Service Disabled Veteran-owned. 3.Current Defense Security Service-approved Facility Clearance level. The contemplated acquisition will require personnel cleared to TOP SECRET. To be eligible for a potential contact award, an offeror will be required to provide proof/verification of a current Defense Security Service-approved TOP SECRET Facility Clearance at time of proposal submission, which is anticipated to be in October 2017. 4.Capability statement displaying the contractor ™s ability to provide the services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. To be considered relevant past performance information should clearly indicate the respondent successfully provided fully-qualified mariners to multiple vessels simultaneously in different homeports. Past performance information should also include experience in providing quality food service support afloat. Past performance information must include contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought for verification purposes. 5.Include any other supporting documentation desired. Responses to this notice must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) typewritten pages in no less than 12 font size. Responses shall be emailed to Thomas Armstrong at thomas.armstrong@navy.mil by 1000 EDT on 24 August 2017. Response received after this time and date will not be reviewed. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. Attachments: Attachment I “ PWS NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018917R0065/listing.html)
- Document(s)
- Attachment
- File Name: N0018917R0065_Sources_Sought_Notice_TSVRON_PWS.docx (https://www.neco.navy.mil/synopsis_file/N0018917R0065_Sources_Sought_Notice_TSVRON_PWS.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0018917R0065_Sources_Sought_Notice_TSVRON_PWS.docx
- File Name: N0018917R0065_Sources_Sought_Notice_TSVRON_8_17_17.docx (https://www.neco.navy.mil/synopsis_file/N0018917R0065_Sources_Sought_Notice_TSVRON_8_17_17.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N0018917R0065_Sources_Sought_Notice_TSVRON_8_17_17.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0018917R0065_Sources_Sought_Notice_TSVRON_PWS.docx (https://www.neco.navy.mil/synopsis_file/N0018917R0065_Sources_Sought_Notice_TSVRON_PWS.docx)
- Record
- SN04635094-W 20170819/170817232818-0d3b3e48f2ceae0da7e8d1a5ee62b409 (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 |