DOCUMENT
J -- AUTOMATED GUIDED VEHICLE AND LARGE STORAGE MODULE INTERFACE CART PREVENTIVE/CORRECTIVE MAINTENANCE SYSTEM SUPPORT. - Attachment
- Notice Date
- 2/6/2018
- 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 Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- Solicitation Number
- N0024418Q0057
- Response Due
- 2/14/2018
- Archive Date
- 3/15/2018
- Point of Contact
- Naima Yelda, 619-556-7329, naima.yelda1@navy.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The NAVSUP Fleet Logistics Center, San Diego (FLCSD) is conducting a market survey to determine the interest and availability of qualified vendors to participate in a competitive acquisition of equipment maintenance service in support of Naval Medical Center San Diego (NMCSD), San Diego, California. The Government will not award any contract based on the information received from this Sources Sought Notice. NAVSUP FLCSD is interested only in identifying interested and capable businesses, and to stimulate industry awareness and gain feedback to improve the acquisition environment/process. Availability of any formal solicitation will be announced separately. FLCSD is seeking potential sources that are capable of providing AUTOMATED GUIDED VEHICLE AND LARGE STORAGE MODULE INTERFACE CART PREVENTIVE/CORRECTIVE MAINTENANCE SYSTEM SUPPORT. Previous procurements of this same requirement were awarded to a single offeror responding to a full-and open solicitation. However, a determination by the Government on the method of competition for this requirement has not been established. Also, if set-aside to small business (SB) concerns or down to one of the various social-economic programs (Women Owned, or HUBZone, Service-Disabled Veteran-Owned, or 8(a) program) is found to be feasible, FLCSD reserves the right to make that determination or any procurement method to be use based on the responses received. It is anticipated that award will be made from a single source providing the required services in accordance with the attached draft performance work statement (PWS). In order for the Government to make a determination, it is emphasized that all respondents should provide sufficient written information to indicate their capacity and capability to successfully meet the PWS requirement. Responses should include the following information: 1) small business size category, if applicable; 2) DUNS number and CAGE code; 3) GSA Contract number, if applicable; 4) demonstrate your ability and capacity to provide required services; and 5) include any past performance information on Government contracts of similar nature, size, scope and complexity. All interested parties should provide a Statement of Capability (no more than 10 pages). This is NOT a request for proposal (RFP), invitation for bid (IFB), or an announcement of a solicitation as no solicitation package exists at this time. The request is for informal purposes only. NAVSUP FLCSD will utilize the information for technical and acquisition planning only. No cost data should be submitted. Interested parties that submitted data are responsible for appropriately marking information if it is proprietary in nature. The Government will not pay for any materials provided in response to this notice or any follow-up information requests. Submittal will not be returned to the sender. Respondents will not be notified of the results of the evaluation. Electronic responses (i.e. email) are preferred and telephonic request for information will not be honored. No request for capability briefings will be honored as a result of this notice. Responses are due not later than 10:00 AM San Diego, California time on 14 February 2018 to Mr. Norman Florida, Contract Specialist, via email to address norman.florida@navy.mil. Use SOURCES SOUGHT “ AUTOMATED GUIDED VEHICLE (NMCSD) in the subject line. For future information about this announcement refer to the Navy Electronic Commerce Online (NECO) website: https://www.neco.navy.mil/biz_ops/search_edi.aspx.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024418Q0057/listing.html)
- Document(s)
- Attachment
- File Name: N0024418Q0057_Draft-PWS__AGV-SYSTEM-SUPPORT.pdf (https://www.neco.navy.mil/synopsis_file/N0024418Q0057_Draft-PWS__AGV-SYSTEM-SUPPORT.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N0024418Q0057_Draft-PWS__AGV-SYSTEM-SUPPORT.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0024418Q0057_Draft-PWS__AGV-SYSTEM-SUPPORT.pdf (https://www.neco.navy.mil/synopsis_file/N0024418Q0057_Draft-PWS__AGV-SYSTEM-SUPPORT.pdf)
- Place of Performance
- Address: Naval Medical Center San Diego
- Zip Code: 34800 Bob Wilson Drive, San Diego, CA
- Zip Code: 34800 Bob Wilson Drive, San Diego, CA
- Record
- SN04811937-W 20180208/180206231420-039819b28b2a8587ae040715e2f213ca (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 |