Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOURCES SOUGHT

19 -- Submarine Preservation IDIQ - Attachments

Notice Date
2/12/2018
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Norfolk Naval Shipyard - N42158, Norfolk, Virginia, 23709-5000, United States
 
ZIP Code
23709-5000
 
Solicitation Number
N4215818RS007
 
Archive Date
3/24/2018
 
Point of Contact
Trellis G. Harris, Phone: 7573969689, Greg Finke, Phone: 7573968037
 
E-Mail Address
trellis.harris@navy.mil, william.g.finke@navy.mil
(trellis.harris@navy.mil, william.g.finke@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment III - One Day Pass Registration Form Attachment II - DRAFT - SOW Attachment I - RFI/Sources Sought Notice The Norfolk Naval Shipyard Service Contract Division is issuing this Request for information (RFI) / Sources Sought Notice, in accordance with FAR Clause 52.215-3 entitled "Solicitation for Information and Planning Purposes" as a means of conducting market research to identify parties having an interest in and the necessary resources to support this requirement for providing necessary management, material support services, labor, supplies, and equipment deemed necessary to perform depot/intermediate level preservation on Los Angeles, Virginia, Columbia, and Ohio Class submarines. The work may be performed at one or more of the following locations: Norfolk Naval Shipyard (NNSY), Trident Refit Facility Kings Bay, GA (TRFKB), Charleston SC, or Naval Station Norfolk, as described in Attachment II. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611 ( Ship Building and Repairing) with a size standard of 1,250. The Product Service Code is J019. The Government anticipates a Firm Fixed Price Indefinite Delivery/Indefinite Quantity contract. The period of performance of the anticipated contract is twelve (12) months for the base year plus four (4) twelve (12) month option years. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary. The Government assumes no financial responsibility for any costs incurred. The Government is interested in responses from all qualified and experienced sources capable of providing the services outlined in Attachment II. A determination of the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. If a solicitation is released at a future date, it will be synopsized on the Federal Business Opportunities (FEDBIZOPPS) website. It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. SAM is the official U.S. Government system that consolidates the capabilities of CCR/FedReg, ORCA, and EPLS. Information concerning registration requirements may be viewed via the Internet at https://www.sam.gov. Please see the attached documentation for additional information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ef2fe8214343c6627a47a1d0f5be980a)
 
Record
SN04820506-W 20180214/180212231838-ef2fe8214343c6627a47a1d0f5be980a (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  © 1994-2020, Loren Data Corp.