Inactive
Notice ID:20-MDN-018
The Naval Surface Warfare Center Philadelphia Division (NSWCPD) intends to issue a solicitation for a sole source Indefinite-Delivery Indefinite-Quantity (IDIQ) Firm Fixed Price (FFP) contract to Howe...
The Naval Surface Warfare Center Philadelphia Division (NSWCPD) intends to issue a solicitation for a sole source Indefinite-Delivery Indefinite-Quantity (IDIQ) Firm Fixed Price (FFP) contract to Howell Laboratories, Inc., Bridgton, ME. This procurement is required to support the installation, troubleshooting, repair, and engineering of equipment manufactured by Howell Laboratories, Inc. This equipment includes Air Dehydration Systems, Potable Water Treatment Systems, and biofouling prevention systems. In addition, NSWCPD intends to procure the below equipment: 9130 MK III ELECTROLYTIC DISINFECTANT GENERATOR Qty: 9 9130 MK IV ELECTROLYTIC DISINFECTANT GENERATOR Qty: 9 9130 MK V ELECTROLYTIC DISINFECTANT GENERATOR Qty: 9 7300-G502 CONDENSER-FILTER DEHYDRATOR, 100 SCFM Qty: 12 9000 MK I ENHANCED DEWPOINT HYGROMETER Qty: 4 This requirement will be solicited in accordance with the authority of 10 U.S.C. 2304(c)(1) and FAR Part 6.302-1(a)(2)(iii), "Only One Responsible Source." The support has previously been provided to the Navy under contract N64498-16-D-0016 by Howell Laboratories, Inc., 188 Harrison Rd., Bridgton, ME 04009-4748. Only Howell Laboratories has the specialized knowledge and expertise to support this effort. Specifically, Howell Laboratories has proprietary data rights for the design of the original equipment. Responsible sources may identify their interest and capability, which shall be considered by the agency. This notice is NOT a request for competitive proposals. A determination by the Government not to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Firms interested in subcontracting opportunities should contact Howell Laboratories, Inc. directly. It is anticipated that the solicitation will be issued on or around 30 April 2020 and will be open for 30 days. Contract award is anticipated approximately around 30 September 2020. Capability Statements: In an effort to determine market interest, capable businesses are invited to submit capability statements by the date indicated in this announcement. Capability statements shall not exceed 10 pages, not including resume summaries (if applicable) and shall include the following items: (1) A company profile including CAGE Code and DUNS number and a statement regarding current Small Business status (including all applicable categories of Small Business: Service-Disabled Veteran-Owned Small Business, HUBzone, 8A, Woman-Owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran-Owned Small Business or Small Disadvantaged Business); (2) A complete description of the Offeror's capabilities, related experience, facilities, techniques or unique combinations of these factors that clearly relate to the Government's specific needs for this requirement as identified above or as specified in the SOW (if applicable); (3) A description of the Offeror's ability to meet each of the mandatory requirements; (4) A summary of specific past performance on same or similar size and scope of work performed by the Offeror as a Prime Contractor within the past five (5) years, including a description of the services provided, the dollar value of the effort, and the contract number; (5) List prospective Sub-contractors and provide a statement with metric that contain sufficient information concerning the ability to meet the Government limitations in FAR 52.219-14 Limitations on Sub-contracting. General statements, not supported by the specific information requested above, will not be considered responsive. Questions or clarifications: All questions are to be submitted via email to the Contract Specialist: Mr. Michael D. Nolan, michael.d.nolan@navy.mil. Capability Statements shall be provided by e-mail to Mr. Michael D. Nolan (michael.d.nolan@navy.mil) no later than 1200 EST on 13 March 2020. Capability Statements received after that time may not be considered for purposes of the subsequent Request for Proposal. Electronic responses must be in Microsoft Word® or Adobe Acrobat® formats and the font size shall not be smaller than 10 point. NOTE: This Sources Sought is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotes (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. Point of Contact is Michael D. Nolan; 215-897-8914 or michael.d.nolan@navy.mil