SOURCES SOUGHT
99 -- Worldwide Chemical Sources Sought
- Notice Date
- 6/23/2022 2:51:20 PM
- Notice Type
- Sources Sought
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- MSC NORFOLK NORFOLK VA 23511-2313 USA
- ZIP Code
- 23511-2313
- Solicitation Number
- N32205-22-R-4116
- Response Due
- 7/22/2022 1:00:00 PM
- Point of Contact
- Kyanee McAllister, Phone: 7574432901, James Van Natta, Phone: 7574435949
- E-Mail Address
-
kyanee.t.mcallister@navy.mil, james.m.vannatta.civ@us.navy.mil
(kyanee.t.mcallister@navy.mil, james.m.vannatta.civ@us.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or request for proposal and no� contract or purchase order will be awarded from this notice. There is no solicitation available at� this time. Military Sealift Command (MSC), Norfolk, has a requirement for a Contractor to provide� worldwide chemical services, both ashore and afloat in support of MSC as well as external MSC� supported agencies and customers. In addition, Military Sealift Command (MSC) requires supplies and� services for providing shipboard chemical treatment, foam testing, foam supply, and foam disposal,� industrial gases, and refrigerants. The �Government is contracting not only for specific products� and services, but also for the delivery of these products and services on a worldwide basis within� specific time constraints defined by the contract. The Contractor shall provide products and� services, on a worldwide basis, for MSC ships and any other Government owned or Government� chartered ships designated by MSC. Services may include, but not be limited to engineering support� services (e.g. service calls, training, laboratory analysis), technical evaluation, and� troubleshooting services. MSC anticipates requiring on-site (Government office) contractor support in the following� locations: Norfolk, Virginia; Leonardo, NJ; Jacksonville, FL; Port Canaveral, FL; New Orleans, LA;� Corpus Christi, TX; San Diego, California; Charleston, South Carolina; Seattle, WA; Portland, OR;� Long Beach, CA; Pearl Harbor, HI; Japan; Korea; Philippines; Singapore; Thailand; Oman, United Arab� Emirates; Djibouti; Spain; Greece; Netherlands; Germany; Iceland; Italy; Bahrain and Guam. The Government is still determining the acquisition strategy and if this acquisition will be a� small business set-aside, FAR Clause 52.219-14 - Limitations on Subcontracting (DEVIATION 2021-� O0008), applies. Note that if there is sufficient demonstrated interest and capability among small� businesses, a key factor in determining if an acquisition will be a small business set-aside is� that two or more potential small business prime contractors must be capable of performing at least� 50% of the effort, as defined in FAR clause 52.219-14. If the Government determines that a small� business set- aside is appropriate and your company anticipates submitting a proposal as the prime� contractor for a small business set-aside, please provide specific details and rationale as to how� compliance with FAR clause 52.219-14 will be achieved, including specific details regarding teaming� arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to� be subcontracted and whether small or large business subcontractors will be used. Teaming and/or� subcontracting arrangements should be clearly delineated and previous experience in teaming must be� provided. The anticipated period of performance is a Base Period of One (1) Year with Four (4) One (1)-Year� Option Periods. Additionally, there will be an evaluated Six (6)-Month FAR 52.217-8 Option Period.� The Government is evaluating the possibility of creating a longer duration contract vehicle. The NAICS Code is 325998 - All Other Miscellaneous Chemical Product and Preparation Manufacturing. There will be two associated PSC Codes with this procurement: The Supply PSC Code is 6810 - Chemicals Includes: Naphtha Solvents; Water Softening Compounds;� Tanning Materials, Natural or Synthetic; Dextrines and Starches; Inedible Gelatins; Acetone;� Propellant Chemicals, Bulk, not Specialized Solely for Guided Missile Use. Excludes: Gases; Foundry Dextrines; Radiographic and Photographic Chemicals; In Vitro Diagnostic Substances and Reagents. The Service PSC Code is L068 - Technical Representative- Chemicals and Chemical Products. Again, THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. This is a market research tool used to� determine the availability and adequacy of potential business sources prior to determining the� method of acquisition and issuance of an award. The Government is not obligated to and will not pay� for any information received from potential sources as a result of this notice. Respondents will� not be notified of the results and the U.S. Government is not required to answer any questions� submitted in regards to this notice. Please note the information within this notice will be updated� and/or may change prior to an official synopsis/solicitation, if any. CAPABILITY PACKAGE SUBMISSION REQUIREMENTS: It is requested that interested businesses submit a capabilities package demonstrating ability to� provide the requested services. Submission of a capabilities package is not a prerequisite to any� potential future offerings, but participation will assist the Government in tailoring the� requirement to be consistent with industry. Responses should reference the Sources Sought Notice� and shall include the following information in this format: (a) Company profile to include number of employees, office location(s), Unique Entity ID and CAGE� Code. NAICS 325998 - All Other Miscellaneous Chemical Product and Preparation Manufacturing was� selected because it more aligns with the Worldwide Chemical requirement. (b) Point of contact, telephone number, fax number, address, and email address (if available) (c) Small business standing (i.e., large or small business, if small business, the specific� Category/NAICS of small business). (d) Capability statement addressing aptitude to properly provide a sustained global presence as� well as short notice deliveries and service as required in the Statement of Work (SOW), attached,� in addition to any information that demonstrates in detail, the ability to meet the requirements in� the SOW, to include the ability to obtain a Secret Security Clearance. Failure to address the� requirement in its entirety will result in an evaluation of �Not Capable�. i) � � Chemical Products ii) � �Foam, Refrigerant and Industrial Gases Products iii) � Service Calls iv) � Management, Handling, Transportation and Removal of Manufacturer�s Product v) � �Packing and Marking vi) � Product Substitutions/Technology Empowerment vii) �Delivery of Goods and Services viii) Program Management (e) Describe your ability to support the scope of the requirement listed in this notice and� applicable attachments as a stand-alone company or as a teaming venture with other companies.� Identify if those companies may be large or small businesses. (f) Describe any past performance efforts with a similar scope to the proposed requirement. Provide� contract numbers, dollar value, and the period of performance for each contract referenced in the� response to this sources sought notice. (g) Provide a Rough Order of Magnitude (ROM). The ROM shall include a total price for the effort as� well as the annual pricing for all required services. (h) Describe your ability to provide for staffing of key personnel and the continued staffing of a� global footprint to support the worldwide chemical effort. (i) Provide examples of contract structures with external entities that go beyond the compulsory� five- year limit. Documentation of technical expertise and experience must be presented in sufficient detail for the U.S. Government to determine that your company possesses the necessary functional area expertise� and experience to compete for this acquisition. Standard company brochures will not be reviewed.� Submissions are not to exceed Twenty (20) type written pages in no less than 12 font. All technical� questions and inquiries may be submitted within the response. RESPONSES ARE DUE on Friday, 22 July 2022 by 4:00 PM Eastern Standard Time. Responses shall be sent� via email to the following address: kyanee.t.mcallister.mil@us.navy.mil. Questions or comments� regarding this notice may be addressed to Kyanee McAllister at the above email address or via phone at 757-443-2901. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b75648ead81b402db80af1699d62785e/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06367909-F 20220625/220623230128 (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 |