Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2023 SAM #7933
SOURCES SOUGHT

99 -- 1.5 Ton Modular Refrigeration System (MRS) Procurement

Notice Date
8/15/2023 7:21:02 AM
 
Notice Type
Sources Sought
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
 
ZIP Code
19112-1403
 
Solicitation Number
N64498-23-RFPREQ-PD-41-0412
 
Response Due
8/30/2023 9:00:00 AM
 
Archive Date
09/14/2023
 
Point of Contact
Destiny Speller, Gregory F. Kaiser, Jr., Phone: 2158977215
 
E-Mail Address
destiny.l.speller.civ@us.navy.mil, gregory.f.kaiser2.civ@us.navy.mil
(destiny.l.speller.civ@us.navy.mil, gregory.f.kaiser2.civ@us.navy.mil)
 
Description
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool being used to determine potential and eligible firms capable of providing the supplies/services described herein prior to determining the method of acquisition. CONTRACTING OFFICE ADDRESS:�N64498 NAICS CODE:�333415 CLASSIFICATION CODE (PSC/FSC):�4110 TECHNICAL CODE:��Code 411 ANTICIPATED AWARD DATE:� FY24 ANTICIPATED SET-ASIDE:��Unrestricted CONTACT POINTS:� Destiny Speller Contract Type�� This requirement with be solicited via Full and Open Competition.� It is anticipated that the resultant award will be a Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract. INCUMBENT: This work is currently being performed under contract N6449820D0002 by DRS Marlo Coil PREVIOUS STRATEGY: The period of performance spanned five (5) years. Period of Performance�� The performance period will five (5) years contract Personnel Security Clearance�� Not applicable. Work Location Requirements�� All of the work performed in this contract will take place at the vendor�s facility or subcontractor facility. Scope�� The Contractor shall provide up to forty-nine (49) 1.5 Ton MRS and two (2) spare parts kits in support of upcoming MRS back-fits on CVN 75, 78, and 79. Each MRS will consist of a Modular Refrigeration Unit (MRU), control panel, rupture disk assembly, and flat plate condenser. Each spare parts kit will consist of those components listed in Table 2, at a minimum. The contractor shall manufacture these MRS in accordance with the MRS Project Peculiar Document (PPD) 516-8627963. The contractor shall deliver the MRS and spare parts kits within fifteen (15) months from when ordered via individual Delivery Orders. Section 3.1, provides further details about anticipated ships, quantities, delivery locations, and order timelines. Capability Statements: Interested businesses are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, demonstrating their ability to fulfill this requirement.� Capability Statements must address, at a minimum the following: Section 1: Introduction.��Identify the Sources Sought Number and Title Section 2: Corporate Description.� Name of Company and address Prime contract number Ownership, including whether:� Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB) Points of contact, including: Name, title, phone, and e-mail address CAGE Code and DUNS Number �(1) A complete description of the offeror�s capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government�s objectives as stated in the attached PWS, (2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort, (3) Demonstrated ability to obtain security clearances at the time of contract award or within 45 days for all personnel expected to provide support in accordance with the above requirement; Section 2. Past/Current Performance.� Suggested language: Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the Draft SOW. Section 3.� Technical Response.� Provide a detailed technical response that addresses the tasks identified in the Draft SOW.� Information should include: Contractor�s Facility Clearance (if required, this should be filled out by the negotiator) Statement regarding capability to obtain the required industrial security clearances for personnel (if required, this should be filled out by the negotiator) The contractor�s ability to manage,�as a Prime contractor, the types and magnitude of all tasking in the SOW Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost of the with its� own employees in accordance with FAR 52.219-14 The contractor�s capacity, or potential approach to achieving capacity, to execute the requirements of the SOW.� This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified Contractor�s ability to begin performance upon contract award. A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts. Attachment (1) DRAFT Statement of Work (SOW) Note:� The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited.� All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence. Note: Prior to the award of a cost-type contract, the Federal Acquisition Regulation (FAR) SubPart 16.301-3(a) requires that the contractor�s accounting system be determined adequate for considering costs applicable to the contract or order.� No telephone responses will be accepted.� No contractor response received after the advertised due date and time will be accepted.� No exceptions to this receipt deadline will be granted under any circumstances.� Responses must be received no later than the closing date of this market research as indicated on SAM by e-mail to Destiny.Speller@navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/66c58f9bdf0c46a494bee389ccb12895/view)
 
Record
SN06791976-F 20230817/230815230112 (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.