Enhanced Organizational Weapons Maintenace
Sources sought for information and planning purposes to identify qualified and experienced sources for an anticipated Firm Fixed Price contract under NAICS code 811490 with a size standard of $7.5M. T... Sources sought for information and planning purposes to identify qualified and experienced sources for an anticipated Firm Fixed Price contract under NAICS code 811490 with a size standard of $7.5M. The proposed contract will provide the Center for Security Forces (CENSECFOR) with Enhanced Organizational Weapons Maintenace support services. Subject to FAR Clause 52.215-3, entitled "Solicitation for Information of Planning Purpose," this announcement constitutes a sources sought synopsis for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. This sources sought notice 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. The Fleet Logistics Center Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive a contract vehicle that will provide weapons maintenance support services as outlined the attached Performance Work Statement (PWS). The period of performance for this anticipated contract includes a ninety (90) day mobilization period, a nine (9) month base period, and four (4) twelve (12) month option periods. Please see the attached draft PWS to view course descriptions, instructor basic qualifications, and instructor academic qualifications. Reponses to this Sources Sought request shall reference the Sources Sought number N0018921RCCMEOWM and shall include the following information in this format: 1. Company name, address, Point of Contact name, phone number, fax number and email address. 2. Contractor and Government Entity (CAGE) Code. 3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. 4. Capability statement displaying the contractor’s ability to provide the minimum requirements 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. 5. Include any other supporting documentation to include your Seaport contract number, regions and contracting experience under Seaport to include task order numbers, award date, period of performance, sub or prime, and a brief description. 6. Please provide questions, comments, or feedback regarding the draft PWS, planned contract type or any other associated information. 7. Please provide a Rough Order of Magnitude (ROM) with regard to the expected annual salary of the required personnel. At a minimum, please provide the General Schedule (GS) grade equivalent in accordance with OPM. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise, qualifications, and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed seven (7) typewritten pages in no less than 12 font. Responses should be emailed to chelsey.crawford@navy.mil by 12:00 pm on 20 October 2020. Again, this is not a request for a proposal. Respondents will not be notified of the results and the Government is not required to answer any questions submitted in regards to this sources sought notice. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any. Sources sought for information and planning purposes to identify qualified and experienced sources for an anticipated Firm Fixed Price contract under NAICS code 811490 with a size standard of $7.5M. The proposed contract will provide the Center for Security Foces (CENSECFOR) with Enhanced Organizational Weapons Maintenace support services. Subject to FAR Clause 52.215-3, entitled "Solicitation for Information of Planning Purpose," this announcement constitutes a sources sought synopsis for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. This sources sought notice 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. The Fleet Logistics Center Norfolk, Virginia is seeking information on qualified and experienced sources for planning purposes in an effort to derive a contract vehicle that will provide weapons maintenance support services as outlined the attached Performance Work Statement (PWS). The period of performance for this anticipated contract includes a twelve (12) month base year, and four (4) twelve (12) month option years. Please see the attached draft PWS to view course descriptions, instructor basic qualifications, and instructor academic qualifications. Reponses to this Sources Sought request shall reference the Sources Sought number N0018921RCCMEOWM and shall include the following information in this format: 1. Company name, address, Point of Contact name, phone number, fax number and email address. 2. Contractor and Government Entity (CAGE) Code. 3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. 4. Capability statement displaying the contractor’s ability to provide the minimum requirements 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. 5. Include any other supporting documentation to include your Seaport contract number, regions and contracting experience under Seaport to include task order numbers, award date, period of performance, sub or prime, and a brief description. 6. Please provide questions, comments, or feedback regarding the draft PWS, planned contract type or any other associated information. 7. Please provide a Rough Order of Magnitude (ROM) with regard to the expected annual salary of the required personnel. At a minimum, please provide the General Schedule (GS) grade equivalent in accordance with OPM. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise, qualifications, and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed seven (7) typewritten pages in no less than 12 font. Responses should be emailed to chelsey.crawford@navy.mil and elizabeth.a.phelps1@navy.mil by 12:00 pm on 20 October 2020. Again, this is not a request for a proposal. Respondents will not be notified of the results and the Government is not required to answer any questions submitted in regards to this sources sought notice. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
Data sourced from SAM.gov.
View Official Posting »