Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOURCES SOUGHT

68 -- Sources Sought Notice for Nitrogen Supply and Service

Notice Date
4/22/2021 5:23:16 PM
 
Notice Type
Sources Sought
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
 
ZIP Code
20375-5328
 
Solicitation Number
N00173-21-RFI-FW08
 
Response Due
5/14/2021 2:00:00 PM
 
Archive Date
05/29/2021
 
Point of Contact
Funmi Williams
 
E-Mail Address
funmi.williams@nrl.navy.mil
(funmi.williams@nrl.navy.mil)
 
Description
*** 4/22/2021 THIS NOTICE WAS UPDATED TO INCLUDE THE INCUMBENT CONTRACT NUMBER UNDER 'OTHER RELEVANT INFORMATION' *** THIS IS A SOURCES SOUGHT NOTICE (SSN)/REQUEST FOR INFORMATION (RFI) AND NOT A SOLICITATION OR AN INDICATION THAT A CONTRACTUAL COMMITMENT WILL EXIST AS A RESULT OF THIS SSN. This SSN is in support of market research and procurement planning being conducted by the Naval Research Laboratory (NRL), Washington, DC. This announcement is not a formal Request for Quotes (RFQ). This SSN is for informational and planning purposes only and does not guarantee that an award will be made. Any quotes submitted in response to this SSN/RFI are not quotes on which an order will be issued.� The Government assumes NO financial responsibility for any costs incurred. A solicitation package is not available at this time. However, should such a requirement materialize, no basis for claims against NRL shall arise as a result of a response to this SSN/RFI or NRL�s use of such information either as part of our evaluation process or in developing specifications or work statements for any subsequent requirement. LOCATION: Contracting Office Address: NRL, 4555 Overlook Avenue, SW, Washington, DC 20375 OBJECTIVE: The intent of this SSN/RFI is to gauge industry interest and search for potential sources capable of fulfilling a requirement for nitrogen supply and service meeting the technical requirements in the attached document. The SSN/RFI also intends to determine set-aside possibilities for qualified small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and women-owned small businesses.� The draft minimum technical requirements for the effort are in the attached specifications. The NRL is currently in the planning stages for this procurement and may continue to modify the language within the requirement, as necessary. These specifications do not necessarily represent the final specifications. REQUIRED CONTRACTOR RESPONSE FORMAT: Interested parties, at a minimum, shall supply all of the below required information in a Capability Statement. 1. CONTACT INFORMATION: a) Company Name and Address b) Point of Contact for questions/clarification c) Telephone Number and e-mail address d) DUNS Number, CAGE Code, and business size e) NAICS and PSC Code of the proposed solution (SEE https://psctool.us) f) Business Size Standard /Socioeconomic Categories 2. TECHNICAL INFORMATION: a) List of capabilities/resources relevant to the attached specifications. b) Questions for the Technical team regarding changes/suggestions to the draft Specification to add clarity.� (Questions will not receive a response but will be provided to the technical team for consideration in preparing the final specification.) c) The Government is particularly interested in suggestions related to the following: A solution on how to prevent or mitigate the disruption of nitrogen supply during a catastrophic event A solution on how to ensure the continuity of services during a transition/phase-in-phase-out from incumbent to follow-on contract 3. COMMERCIALITY OF PROPOSED ITEM: a) Whether item(s) offered/proposed is a commercial item and is customarily used by the general public or nongovernment entities for the other than Government purposes. b) Whether the item has been sold, leased, or licensed to the general public, and if so, identify one or more such sales, leases, or licenses to document the commerciality of the item. 4. PRODUCT DESCRIPTION: a) Provide a description of how the proposed product will meet or exceed the each of the specifications, as it is anticipated that ultimate evaluation will be best values and a go/no go basis. b) Provide a product brochure and highlight the areas that meet or exceed specifications. 5. PAST PERFORMANCE: a) A list of contracts or task orders that are similar to that required under the attached Specification. 6. MULTIPLE AWARD SCHEUDLE CONTRACT: a) Indicate whether products and services are all available on a GSA contract, or similar vehicle. b) Provide applicable GSA or other contract number. ADDITIONAL REQUIREMENT DETAILS: Responses should be no more than 5 pages. OTHER RELEVANT INFORMATION: An industry day notice related to this effort is posted on https://beta.sam.gov/ under ID#: N00173-21-ID-FW08. The incumbent contract number is N00173-16-D-6002. FAR PROVISION(S) FAR 52.215-3 -- REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although ""proposal"" and ""offeror"" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: market research and procurement planning. (End of Provision)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c29f523f043c45178c57bf04f29268e4/view)
 
Place of Performance
Address: Washington, DC 20375, USA
Zip Code: 20375
Country: USA
 
Record
SN05981100-F 20210424/210422230119 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.