Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2019 FBO #6306
MODIFICATION

99 -- DEPOT LEVEL REPAIR AND MAINTENANCE OF AN/ASQ-232 AIRBORNE MINE NEUTRALIZATION SYSTEM (AMNS) and AN/SLQ-60 SURFACE MINE NEUTRALIZATION SYSTEM (SMNS) DEPOT LEVEL REPAIR AND MAINTENANCE

Notice Date
2/26/2019
 
Notice Type
Modification
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
110 Vernon Avenue Panama City FL 32407
 
ZIP Code
32407
 
Solicitation Number
N61331-19-SN-Q05
 
Response Due
3/11/2019
 
Point of Contact
Kristin S. Jacks , Contract Specialist, Phone 8502307342
 
E-Mail Address
kristin.jacks@navy.mil
 
Small Business Set-Aside
N/A
 
Description
*** ******************************************************* This is to correct the response time from 21 March 2019 4:00pm central time to 11 March 2019 at 3:00pm central time. No other changes are made to this notice. The Naval Surface Warfare Center - Panama City Division (NSWC PCD) is soliciting written information ONLY from potential qualified sources to support a potential requirement for DEPOT LEVEL REPAIR AND MAINTENANCE OF AN/ASQ-232 AIRBORNE MINE NEUTRALIZATION SYSTEM (AMNS) and AN/SLQ-60 SURFACE MINE NEUTRALIZATION SYSTEM (SMNS) DEPOT LEVEL REPAIR AND MAINTENANCE The attached DRAFT Performance Work Statement (PWS) specifies the requirements for this effort. This announcement is to identify sources capable of providing support for this effort. The information received will be used for planning purposes to help determine if the requirement can be fully or partially set aside to small business concerns. The NAICS code is 334511, Search, Detection, Navigation, Guidance, Aeronautical System and Instrumental Manufacturing. A Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) is anticipated. Small businesses are encouraged to submit their capabilities. The resultant contract is anticipated be for one (1) ordering period of twelve (12) months and four (4), one (1) year optional ordering periods of 12 months each. The incumbent for this effort is Atlas North America (ANA). The estimated ID/IQ ceiling is estimated at $40,000,000.00. This is not a Request for Proposal (RFP) and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue an RFP, contract or order. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS ANNOUNCEMENT: There is no specific format for submittals. It is requested that interested businesses submit a brief capabilities statement, limited to a maximum of 10 pages in length (single-spaced, 12-point font minimum) that demonstrates the potential capacity to perform the contract services outlined in the draft PWS. The capability statement shall include the following information: (1) Describe capability of performance as related to draft PWS; (2) Provide name and address of firm; (3) Indicate size of business including average annual revenue for past three years, number of employees, and status: Large, Small, Small Disadvantaged, 8 (a), Women-Owned, HUB-Zone, Veteran- Owned and/or Service-Disabled-Veteran-Owned Business; (4) Represent ownership including Country of Ownership, System for Award Management (SAM) information, and DUNS & CAGE Number if available; (5) Include number of years in business; and (6) Provide two points of contact including: name, title, phone, fax, and e-mail address. WHERE TO SEND RESPONSES: All summaries should be emailed to Kristin Jacks at kristin.jacks@navy.mil by 3:00 PM CST 11 March 2019 Please reference N61331-19-SN-Q05 as your email subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. THIS ANNOUNCEMENT IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT, OR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS ANNOUNCEMENT. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/e9a0908ab2d86122daa89b80171a15e2)
 
Place of Performance
Address: 110 Vernon Avenue Panama City Beach , FL
Zip Code: 32408
Country: US
 
Record
SN05233888-F 20190228/190226230104 (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.