Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2023 SAM #7750
SOURCES SOUGHT

99 -- Maintenance and Repair of Jet Engine Test Cell for NAF Atsugi Japan

Notice Date
2/13/2023 5:40:40 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVAL FAC ENGINEERING CMD FAR EAST FPO AP 96349-0013 USA
 
ZIP Code
96349-0013
 
Solicitation Number
N4008423S8701
 
Response Due
2/27/2023 10:00:00 PM
 
Point of Contact
Midori Otomo
 
E-Mail Address
midori.otomo.In@us.navy.mil
(midori.otomo.In@us.navy.mil)
 
Description
***THIS IS A SOURCES SOUGHT NOTICE ONLY*** This is a Sources Sought announcement for THE PURPOSES OF MARKET RESEARCH ONLY in support of �Maintenance and Repair of Jet Engine Test Cell for NAF Atsugi Japan�. The information received will be utilized within the Navy to facilitate the decision making processes and will not be disclosed outside of the agency. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid and is not construed as a commitment by the Government for any purpose other than market research. Naval Facilities Engineering Command Far East (NAVFAC FE), PWD Atsugi is seeking information on eligible business firms capable of providing the maintenance and repair of jet engine test cell.� The Contractor shall provide all labor, management, supervision, tools, material and equipment required to perform Maintenance and Repair of Jet Engine Test Cell. GENERAL INFORMATION Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The North American Industry Classification System (NAICS) code for this procurement is 561210, Facilities Support Services. The contract term will be a base year period and four one-year option periods. The Government will not synopsize the options when exercised. This contract will replace a contract for similar services awarded in 2019; N4008419D0052. The solicitation will utilize source selection procedures which require offerors to submit a technical proposal, past performance and experience information and price proposal for evaluation by the Government. DESCRIPTION OF WORK The Contractor shall provide the following services: -�� Maintain Engine Test facilities, related equipment and systems. Please see the following equipment and systems. ��� Blast Deflector ��� Air Intake Door System ��� Engine Air Starter System ��� Engine Fueling System ��� Monitor Camera System ��� Facility Console Note -Personnel shall have experience of inspecting and testing or designing jet engine test facilities. -The Quality Manager shall have experience on contracts of similar size, scope and complexity.� -Personnel must be a certified electrician (denki kohjishi) or certified chief electrical engineer (denki syunin gijyutsusya) for the electricity certified per local regulations. -Personnel performing work on fuel system must have an effective license/certificate of �Kikenbutsu Toriatsukai-sya Otsu-4 (Hazardous Material Handler, Type Otsu-4).� CONTRACTOR LICENSE REQUIREMENT Any contract resulting from this solicitation will be awarded and performed in its entirety in the country of Japan. Contractors must be duly authorized to operate and conduct business in Japan and must fully comply with all�� laws, decrees, labor standards, and regulations of Japan during the performance of the contract. Contractors must be registered to do business and possess an appropriate license issued by the Ministry of Land, Infrastructure and Transport or prefectural government in order to perform work under this contract. STATUS OF FORCES AGREEMENT (SOFA) The U.S. Government shall not offer ""United States Official Contractor"" status under Article XIV of the U.S.-Japan Status of Forces Agreement (SOFA) under this solicitation. Furthermore, unless specifically provided in the specific task order request for proposal, the U.S. Government shall not certify any employees of a contractor as ""Members of the Civilian Component"" under Article I(b) of the SOFA. SUBMITTAL REQUIREMENTS Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth above. The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy's decision to proceed with acquisition. Interested firms must submit an SOC, which describes, in detail, the firm's capability of providing these services at various Military and other Federal facilities worldwide. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and email address (4) indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database, include DUNS Number and CAGE Code; and (5) provide information on recent past projects that best illustrate your qualifications for this contract. List up to five projects performed within the last five years. Provide information regarding experience in providing maintenance services as described above. Provide the following information for each project listed: a) Contract number and project title; b) Name of contracting activity; c) Administrative Contracting Officer's name, current telephone number; d) Contracting Officer's Technical Representative or primary point of contact name and current telephone number; e) Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f) Period of performance (start and completion date); g) Basic contract award amount and final contract value; h) Summary of contract work; i) If award fee or award term incentivized, average performance rating received. Interested sources do not need to meet Joint-Venture requirements at this point since this Sources Sought Notice is solely for market research purposes and not a Request for Proposal (RFP). Respondents will not be notified of the results of the Navy's market research. NAVFAC FE will utilize the information for acquisition planning purposes. All data received in response to this Source Sought Notice marked or designated, as corporate or proprietary information will be fully protected from release outside the Government. Please electronically submit information to Ms. Midori Otomo via email at midori.otomo.Ln@us.navy.mil by 28 February 2023 15:00 (Japan Standard Time) using the email subject line ""Sources Sought N4008423S8701 TEST CELL"". Responses received after the deadline or without the required information will not be considered. Since this is a Sources Sought announcement only, evaluation letters will not be issued to any respondent.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2a4fd01d8a634a92a807ca023b57f830/view)
 
Place of Performance
Address: AYASE-SHI, KANAGAWA-KEN, JPN
Country: JPN
 
Record
SN06590466-F 20230215/230214060652 (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.