Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2023 SAM #7744
SOURCES SOUGHT

J -- Fire PPE Structural Gear Advanced Cleaning, Inspection, Certification and Corrective Maintenance

Notice Date
2/7/2023 3:31:25 PM
 
Notice Type
Sources Sought
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
 
ZIP Code
92136
 
Solicitation Number
N0024423R0026
 
Response Due
2/15/2023 9:00:00 AM
 
Point of Contact
Nelson J. Arias, Phone: 619-556-9532
 
E-Mail Address
nelson.j.arias.civ@us.navy.mil
(nelson.j.arias.civ@us.navy.mil)
 
Description
NAVSUP Fleet Logistics Center, San Diego (FLCSD) is conducting a market survey to determine industry capabilities. Firms having the capabilities to perform the tasking described in the attached Performance Work Statement (PWS) are encouraged to respond.� Determination by the Government on the method of competition for this requirement has not been established. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.� Any information submitted by respondents to this notice is strictly voluntary.� The Government will not award any contract based on the information received from this Sources Sought Notice.� NAVSUP FLCSD is interested only in identifying interested and capable businesses, and to stimulate industry awareness and gain feedback to improve the acquisition environment/ process. In order for the Government to make a determination, it is emphasized that contractors provide sufficient written information to indicate their capacity and capability to successfully meet the requirement.� If interested, provide the following informatio Business size category DUNS number and CAGE code; GSA Contract number, if applicable; Seaport-e contract number, if applicable; Any other Federal contract vehicles, if applicable; Demonstrate your company's ability and capacity to provide required items; and include any past performance information on Government contracts of similar nature, size, scope and complexity. All interested parties should provide a Statement of Capability (no more than 10 pages).� Electronic responses (i.e. email) are preferred and telephonic request for information will not be honored. No request for capability briefings will be honored as a result of this notice.� Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. The proposed North American Industry Classification Systems (NAICS) Code is 812332 which has a corresponding Size standard of $47M. If interested parties have suggestions for other NAICS, the Government will use this information to determine the best acquisition strategy for this procurement.� The Government is interested in all business sizes, to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and SBA certified Women-Owned small business concerns.� The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code.� This contract is for government owned Fire and Emergency Services (F&ES) Personal Protective Equipment (PPE)-Structural Sets located within Navy Region Southwest (NRSW).� A set includes one Structural coat and one Structural pant.� This is a non-personal services contract with a Firm Fixed Price (FFP) component covering Preventive Maintenance (PM) to include Advanced Inspection, Cleaning and Certification and a Time and Material component covering any Corrective Maintenance (CM) repairs, as required.� This contract will provide PM, & CM as needed, for 960 sets/1,920 pieces over each 12 month period of performance or contract year.� Responses are due no later than stated due date to Nelson J. Arias, Contract Specialist, via email to nelson.arias@navy.mil.� Use �SOURCES SOUGHT NOTICE_ PPE PM CM CONTRACT� in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/825b67449d4944d3ae71ed9174e6ed49/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06585040-F 20230209/230207230112 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.