SOURCES SOUGHT
99 -- NEXCOM SHIPS STORE PROGRAM
- Notice Date
- 1/30/2023 11:42:16 AM
- Notice Type
- Sources Sought
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018923NEXCOMRFI
- Response Due
- 2/15/2023 11:00:00 AM
- Point of Contact
- Brandy Hernandez, Cody Ellis, Phone: 7574433801
- E-Mail Address
-
brandy.j.hernandez6.civ@us.navy.mil, cody.c.ellis.civ@us.navy.mil
(brandy.j.hernandez6.civ@us.navy.mil, cody.c.ellis.civ@us.navy.mil)
- Description
- Subject to FAR Clause 52.215-3, entitled ""Solicitation for Information of Planning Purpose,"" this announcement constitutes a Sources Sought for information and planning purposes for qualified and experienced sources to acquire brand name commercial items intended for resale as required by the Navy Exchange Service Command (NEXCOM) Ships Store Program. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government, nor will the Government pay for the information submitted in response. The Government plans to procure these supplies as a Commercial Item as defined in FAR 2.101. NAICS CODE: The anticipated NAICS Code for this requirement is 339999: All other Miscellaneous Manufacturing, and the Size Standard is 500 employees. BACKGROUND: The Naval Supply System Command (NAVSUP), Fleet Logistics Center Norfolk (FLCN) is conducting market research to determine industry capability and interest to provide the required supplies detailed in Attachment 1 � Supply List. The NEXCOM Ships Store Program is designed to provide the stores on Navy ships with the quality of life products for sailors at sea. Under the Ships Store Program, brand name commercial items are purchased by NEXCOM and placed in the Ships Store inventory for resale to the crew. The Government requires a contractor to furnish all supplies, parts, and equipment needed to acquire and ship the items. The items must be supplied to the following zones: Zone� � � Areas B� � � � � � San Diego, California C� � � � � � Pacific Northwest D� � � � � � Hawaii G� � � � � � Norfolk, Virginia H� � � � � � Export I� � � � � � � Mayport, Florida The required items and estimated quantities specific to each zone are included in Attachment 1 � Supply List to this RFI. The Performance Work Statement (PWS) is included as Attachment 2. RFI SUBMISSION REQUIREMENTS: Interested parties shall submit responses to this RFI. Responses should reference the RFI and shall include the following information in this format: 1. Company name, address, Point of Contact name, phone number, and email address. 2. Contractor and Government Entity (CAGE) Code and DUNS Number. 3. Size of business � Large Business, Small Business, Small Disadvantaged, 8(a), HubZone, Woman-owned and/or Veteran-owned. 4. Interested parties should provide a completed copy of Attachment 1 (Supply List) with their response. The response should clearly identify which items (if not all) can be provided, and estimated prices for each zone. The Government notes that there are multiple tabs within the supply list. The Government understands not all items may be provided by a single vendor and is conducting research to determine if separate categories/listings is appropriate. 5. Capability statement addressing the ability to provide the required supplies as detailed in the PWS, Attachment 2. This statement should include information detailing the offerors authorization to provide the required supplies from the manufacturer. 6. Describe your ability to support the scope of the requirement listed in this notice and applicable attachments. 7. 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. 8. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large businesses will be used. 9. Identify if the requested items can be provided on any vehicle/schedule. 10. Provide questions, comments, or feedback regarding the draft PWS. 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 other than the provided spreadsheet are not to exceed ten (10) typewritten pages in no less than 12 font. All technical questions and inquiries may be submitted within the response. Responses should be emailed to Brandy Hernandez at�brandy.j.hernandez6.civ@us.navy.mil and Cody Ellis at cody.c.ellis.civ@us.navy.mil�by 14:00 eastern standard time (EST) on 15 February 2023. Again, this is not a request for a proposal. 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 RFI. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7108af52e2b64f1f8314bca4589c7195/view)
- Record
- SN06577211-F 20230201/230130230107 (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 |