Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOURCES SOUGHT

W -- Parts Washers Leasing and Services - Draft Statement of Work

Notice Date
3/8/2018
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A18R1343
 
Archive Date
4/7/2018
 
Point of Contact
Melissa N. Oser, Phone: 3604764410, Daniel J. Ellis, Phone: 3604764001
 
E-Mail Address
melissa.oser@navy.mil, daniel.ellis@navy.mil
(melissa.oser@navy.mil, daniel.ellis@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Quality Assurance Surveillance Plan Draft Statement of Work The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) Contracting Office (Code 440) is issuing this sources sought. The sources sought is being issued as a means of conducting market research to identify industrial capabilities that might exist in order to support an upcoming requirement for a base plus four year, firm fixed price commercial service contract. The firm fixed price commercial service contract will be for part washer rentals, washer maintenance, hazardous waste disposal (in San Diego), and used solvent recycling (in Bremerton only). Currently, PSNS has one contract in place with three line items for the following procedures; (36EA) Leased parts washing tanks to include all parts, labor, and services. Dimensions are plus or minus 4 inches, and measured by height, depth, and width. Styles include; Benchtop Model 14, 5 gallons, 2 tanks, 7" x 16" x 30", Manual Sink on Drum Model 23, 15 gallons, 1 tank, 7" x 16.5" x 27.5", Manual Sink on Drum Model 33, 18 gallons, 3 tanks, 8" x 22.5" x 33.5", Manual * Vat Model 34, 24.5 gallons, 16 tanks, 8" x 22.75" x 34.5", Manual *Vat Model 44, 32 gallons, 7 tanks, 10.75" x 21.5" x 45.5", Manual *Agitating Vat w/Air Pump Model 81, 80 gallons, 7 tanks, 36" x 52" x 37.5", Auto w/lifting deck (1JOB) Servicing of 9 Government owned tanks to include all parts, labor, and services. Model 55, 42 gallons, 5 tanks, ___, Manual Model 56, 49 gallons, 1 tank, ___, Manual Model 53, 23 gallons, 2 tanks, ___, Manual Model 52, 18.5 gallons, 1 tank, ___, Manual Bremerton site projected waste stream is 4-6 50 gallon tanks throughout the life of the contract. (1JOB) Servicing of 2 leased tanks in San Diego, each serviced 6 times and the first service date suggested to be 5/3/18 for both. Dimensions are plus or minus 4 inches, and measured by height, depth, and width. Tank style is; Model 98AQ-1, 20 gallons, 2 tanks, 43.5" x 32.75" x 28", Fully automated Common Elements that Parts Washers must meet are; Fire Marshal approved Material: 16 Gauge Solid Steel or Better Lid: w/Fusible Link in case of fire Operating Temp: Ambient Electrical Power: 120 Volt AC Listing: UL/ETL us Power Cord Length: 6 foot w/ ground Fixed Lamp/ Work Light Circulation Pump: Appropriate to the volume of the tank Solvent Filter: Appropriate to the volume of the tank Flo-Thru Brush Flexible Metal Spigot Removable Work Shelves: (*Vat style tanks only) Based on the responses to this sources sought, this requirement may be set-aside for small business (in full or in part) or procure through full and open competition (unrestricted), the government intent at this time is for a firm fixed price commercial service contract. All small business set-aside categories will be considered. Telephonic inquiries will not be accepted or acknowledged, the government will not be providing evaluations or comments to companies providing sources sought responses, but the responses will be used to inform the government as to the best means of procuring this requirement. "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR REQUEST FOR PROPOSALS (RFP), IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT." Project Background Preparation The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) requires parts washers to remove hazardous waste and/or used solvents from equipment in preparation to be either disposed of or recycled to providing a clean environment and equipment on the shipyard. Required Capabilities Additional detail is provided in the draft Statement of Work attached to this announcement. (Attachment 1) If your organization has the potential capacity and capabilities to perform these contract requirements, please provide the following information: 1) Organization name, address, email address, telephone number, web site address, and size and type of business; and 2) Tailored Capability statements addressing the questions asked in this sources sought announcement. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Eligibility The applicable NAICS code for this requirement is 532490 with a small business size standard of $32.5 million. The product service code is W099. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Submission Details Interested parties are requested to submit via email. The email subject line should be "Sources Sought Response for N4523A-18-RC-25381 Parts Washers Firm Fixed Price Commercial Service Contract." The response to the sources sought shall be in either Microsoft Word or Portable Document Format (PDF) and shall be addressed to melissa.oser@navy.mil (.) Within the sources sought response; 1) Organization description. (1 page maximum) 2) Tailored Capability Statement. (10 pages maximum) a. What is your current inventory of parts washer styles that will be made available to the government if you are selected as the awardee under this firm fixed price commercial service contract, or demonstrate the plan to acquire the necessary parts washer systems outlined above. Please describe the on-hand number of washers, the type of washers, the brand name of the washers, the age of the washers, the washer capabilities, and any other information you believe is relevant to this requirement. The government is especially concerned with your ability to recycle and dispose of the used solvents and hazardous waste from the parts washers. b. The basic requirement is to show the capability to comply fully with 29 CFR 1910 in applicable Subparts H, I, and Z OSHA requirements, as well as all applicable Environmental Protection Agency (EPA), Department of Transportation (DOT), and State Department of Ecology (DOE) regulations regarding the storage, handling, transportation, and disposal of hazardous material, hazardous substances, or hazardous waste. c. The basic requirement is to show the capability to have a parts washer replacement within 24 hours in case an existing washer gets damaged or cannot be used in some way. 3) Experience/Performance (2 page maximum) a. Please provide at least 2 projects of similar scope and complexity as the current requirement. The government does not expect the same size needs as this requirement, but if you have multiple projects/contracts of a similar nature, please provide a general description of how they should be viewed as similar in scope and complexity as to the current requirement. Provide contract number and a point of contact for the customer. ALL DATA RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT THAT IS MARKED OR DESIGNATED AS CORPORATE OR PROPRIETARY WILL BE FULLY PROTECTED FROM RELEASE OUTSIDE THE GOVERNMENT. The Deputy for Small Business for this procurement is Brenda Lancaster, brenda.lancaster@navy.mil (.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18R1343/listing.html)
 
Place of Performance
Address: Puget Sound Naval Shipyard, Bremerton, Washington, 98314, United States
Zip Code: 98314
 
Record
SN04847381-W 20180310/180308231130-261625e9da60a397976bf4615a163daf (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.