From: Federal Government(Federal)
Basic Details | Start Date30 Sep, 2020 (about 3 years ago)Due Date08 Oct, 2020 (about 3 years ago) |
Customer / Agency | |
SetAside | 8A(8(a) Set-Aside (FAR 19.8)) |
Attachments (1) | |
This is a Sources Sought notice to determine the availability of potential 8(a) sources for a requirement for Armored Fighting Vehicle Maintenance, Repair, and Tow Services at Nuclear Weapons Security (NWS) Mission, Strategic Weapons Facility Atlantic (SWFLANT) KINGS BAY, GA. Additional detailed information is provided on the attached Draft Performance Work Statement (PWS). As part of its market research, Naval Supply Systems Command (NAVSUP), Fleet Logistics Center Jacksonville (FLCJ) is issuing this Sources Sought notice to determine if there exists an adequate number of qualified interested 8(a) contractors capable of fulfilling this requirement as further described in the Draft PWS. The Government may use the responses to this notice for information and planning purposes. The Draft PWS describes only the currently contemplated possible scope of services and may vary from the work scope in a final PWS included in any Request for Quotations (RFQ). A Firm Fixed Price (FFP) contract
is anticipated. The anticipated period of performance for the base year is 01 April 2021 through 31 March 2022, plus four, one-year options. The North American Industrial Classification System (NAICS) code for this acquisition is 81111 – Automotive Mechanical and Electrical Repair and Maintenance. Offerors possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this source sought notice via the submission of an executive summary, no more than five (5) pages in length. Responses must use twelve point Times New Roman font. In your response provide a brief description of the capability, resources, technical competencies and organizational experience relative to the key task areas. Standard brochures and/or paraphrasing of the Draft PWS will not be considered sufficient to demonstrate the capabilities of an interested party. The submission should include the following information: 1) company name, address, and point of contact with corresponding phone number and e-mail address; 2) DUNS number, business size and classification; and 3) relevant corporate experience information. Relevant corporate experience information is defined as experience (within the past five years) that is of the same or similar services to that which is described herein and a technical description of ability to meet the requirement (2 references). The corporate experience should include the applicable contract number, contract period of performance, a brief description of the services provided, and the relevancy of the services to the proposed requirement. A customer point of contact with corresponding telephone number and e-mail address should also be included. This Sources Sought notice is only for the purpose of identifying potential sources as part of NAVSUP FLCJ’s market research. No RFQ exists; therefore, do not request a copy of the RFQ. Please restrict all responses to non-proprietary information. Responses to the notice will not be returned. Responders are solely responsible for all expenses associated with responding to this notice. NAVSUP FLCJ will not pay for information received in response to this notice. There is no commitment by the Government to issue an RFQ, make an award or awards, or to be responsible for any monies expended by industry responses to the Sources Sought notice. Do not submit pricing information in response to this RFI. All submissions are required to be submitted via email to
Javier.aponte@navy.mil,
yaynel.yambo1@navy.mil AND
justin.a.williamson1@navy.mil no later than 10:00 am (EST) on 08 October 2020. Submissions shall contain any questions concerning this RFI.