Inactive
Notice ID:N0024423R0026
NAVSUP Fleet Logistics Center, San Diego (FLCSD) is conducting a market survey to determine industry capabilities. Firms having the capabilities to perform the tasking described in the attached Perfor...
NAVSUP Fleet Logistics Center, San Diego (FLCSD) is conducting a market survey to determine industry capabilities. Firms having the capabilities to perform the tasking described in the attached Performance Work Statement (PWS) are encouraged to respond. Determination by the Government on the method of competition for this requirement has not been established. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Any information submitted by respondents to this notice is strictly voluntary. The Government will not award any contract based on the information received from this Sources Sought Notice. NAVSUP FLCSD is interested only in identifying interested and capable businesses, and to stimulate industry awareness and gain feedback to improve the acquisition environment/ process. In order for the Government to make a determination, it is emphasized that contractors provide sufficient written information to indicate their capacity and capability to successfully meet the requirement. If interested, provide the following informatio Business size category DUNS number and CAGE code; GSA Contract number, if applicable; Seaport-e contract number, if applicable; Any other Federal contract vehicles, if applicable; Demonstrate your company's ability and capacity to provide required items; and include any past performance information on Government contracts of similar nature, size, scope and complexity. All interested parties should provide a Statement of Capability (no more than 10 pages). Electronic responses (i.e. email) are preferred and telephonic request for information will not be honored. No request for capability briefings will be honored as a result of this notice. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. The proposed North American Industry Classification Systems (NAICS) Code is 812332 which has a corresponding Size standard of $47M. If interested parties have suggestions for other NAICS, the Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all business sizes, to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and SBA certified Women-Owned small business concerns. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. This contract is for government owned Fire and Emergency Services (F&ES) Personal Protective Equipment (PPE)-Structural Sets located within Navy Region Southwest (NRSW). A set includes one Structural coat and one Structural pant. This is a non-personal services contract with a Firm Fixed Price (FFP) component covering Preventive Maintenance (PM) to include Advanced Inspection, Cleaning and Certification and a Time and Material component covering any Corrective Maintenance (CM) repairs, as required. This contract will provide PM, & CM as needed, for 960 sets/1,920 pieces over each 12 month period of performance or contract year. Responses are due no later than stated due date to Nelson J. Arias, Contract Specialist, via email to nelson.arias@navy.mil. Use “SOURCES SOUGHT NOTICE_ PPE PM CM CONTRACT” in the subject line.