Chemical, Biological, Radiological, Nuclear, Explosive (CBRNE) Mail Screening Equipment & Maintenance

expired opportunity(Expired)
From: Federal Government(Federal)
PR_CBRNE

Basic Details

started - 02 Dec, 2022 (16 months ago)

Start Date

02 Dec, 2022 (16 months ago)
due - 08 Dec, 2022 (16 months ago)

Due Date

08 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
PR_CBRNE

Identifier

PR_CBRNE
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705434)DEPT OF THE NAVY (156301)NAVSUP (78754)NAVSUP GLOBAL LOGISTICS SUPPORT (14277)NAVSUP FLC NORFOLK (4997)NAVSUP FLT LOG CTR NORFOLK (4969)

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This announcement constitutes a Sources Sought for information and planning purposes.  Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk’s intent of this announcement is to identify qualified and experienced sources for a contract vehicle that will provide the Naval District Washington (NDW) Postal Division as defined in the attached draft Performance Work Statement (PWS). This announcement constitutes a sources sought for written information only.  This is not a solicitation announcement for proposals and a contract will not be awarded from of this announcement. This announcement 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.Anticipated NAICS CodeThe NAICS Code for this requirement is 334519 – Other Measuring and Controlling Device Manufacturing and the Size Standard is 500.  The Government has not yet determined whether an existing strategically sourced vehicle will be used
to satisfy this requirement.Reponses to this Sources Sought request should reference the email subject line and shall include the following information in this format:Company name, address, point of contact name, phone number, fax number and email address.Contractor and Government Entity (CAGE) Code.If the services can be solicited from a GSA schedule, provide the GSA contract number.If the services can be solicited from Global Business Support (GBS), please provide the contract number.If the services can be solicited from SeaPort-NXG, please provide the contract number.Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Service Disabled Veteran-owned.An estimated Rough Order of Magnitude (ROM).A copy of SAM.GOV active registration. Must reflect Data Universal Numbering System, Commercial and Government Entity, and Reps/Certs.Capability statement displaying the contractor’s ability to provide the supply and services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years.  Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought.Original Equipment Manufacturer (OEM) warranty details on any preventative maintenance provided, if applicable.The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.  If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.Include any other supporting documentation.Comments or suggested changes to the Government's NAICS DeterminationIdentify conditions or issues the U.S. Government should consider or may interfere with the intention of this project.Documentation of technical expertise must be presented in sufficient detail for the 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 are not to exceed ten (10) typewritten pages in no less than 12 font size.Responses shall be emailed to Erlyn Lavery at erlyn.r.lavery.civ@us.navy.mil by 1000 EST on Monday, 05 December, 2022. Again, this is not a Request for Proposal.  Respondents will not be notified of the results.  Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued.Attachments:Attachment I – Draft Performance Work StatementNOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal.  Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.

Naval Anacost Annex ,
 DC  20373  USALocation

Place Of Performance : N/A

Country : United States

Classification

naicsCode 334519Other Measuring and Controlling Device Manufacturing
pscCode 6665Hazard-Detecting Instruments and Apparatus