Inactive
Notice ID:N3220520Q0200
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation of Request for Quote/Proposal/Bid and no contract or purchase order will be awarded as a result of this notice. There is no solicitatio...
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation of Request for Quote/Proposal/Bid and no contract or purchase order will be awarded as a result of this notice. There is no solicitation, specifications, or drawings available at this time. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Military Sealift Command is seeking eligible businesses who can provide all management, supervision, personnel, labor, materials and equipment (except for Government furnished items) required to maintain and support the Ship Service Diesel Generators Main Diesels; including, but not limited to diesel engine, prime mover, electrical generator, monitoring control and regulating systems, safety and control devices, control panels and human machine interfaces, hardware and software interfaces on the Expeditionary Fast Transport (T-EPF) Class Vessels. It is anticipated that service representatives will be required to visit T-EPF class vessels at various ports. All Small businesses, Service-Disabled Veteran-Owned Small Business, Certified HUBZone and Certified Section 8(a) Small Businesses are encouraged to respond. The Government will determine whether a set-aside acquisition in lieu of full and open competition in the Government’s best interest. The NAICS code for this procurement is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance which has a size standard of $8.0 million. This is a market research tool used to determine market capability and solutions as well as the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of award. The Government is not obligated to and will not pay for any information received from potential sources as a result of the sources sought. It is requested that interested small businesses submit to the contracting office a brief capabilities package demonstrating ability to provide the requested items. This document shall address, as a minimum the following: (1) Company Profile to include number of employees, office location(s), DUNS number, CAGE Code and a statement regarding small business designation and status; (2) The facility where the work will be performed (3) Partnership agreements with any large businesses. Submission of a capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirement to be consistent with industry. RESPONSES ARE DUE on January 30th, 2020 by 1200 Norfolk, VA local time. Email submissions of the capabilities packages WILL be accepted, please submit to Andrew MacDonald at andrew.macdonald1@navy.mil. Fax submissions of the capabilities packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed to Andrew MacDonald at the above address or via the above email address.