Inactive
Notice ID:N4008421R0042
This is a Sources Sought Notice. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for marke...
This is a Sources Sought Notice. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command Far East (NAVFAC FE), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. NAVFAC FE is seeking eligible business firms capable of providing Preventive Maintenance and Repair Services for U.S. Manufactured Fire Trucks at NAF Atsugi and CFA Yokosuka, and their Outlying Areas. Description of work: The Contractor shall provide all labor, management, supervision, tools, material, transportation and equipment required to perform Base Support Vehicles and Equipment services, and other items necessary to provide the services outlined below and described in this Performance Work Statement (PWS) at NAF Atsugi and CFA Yokosuka, and their Outlying Areas. The draft Performance Work Statement (PWS) is provided for market research purposes only. Please note that the PWS is a DRAFT and is subject to change. If a solicitation is issued, the solicitation will consist of a base period and four (4) options totaling five (5) years of performance. The NAICS Code for this procurement is 811111 General Automotive Repair. CONTRACTOR SUBMITTAL REQUIREMENTS: 1) Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks as described in the PWS. The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy’s decision to proceed with acquisition. Interested firms must submit a SOC, which describes, in detail, the firm’s capability of providing environmental testing services. Your SOC shall include the following: full name and address of the firm, year firm was established, name of two principals (including titles, telephone and fax numbers), indicate if the firm is registered in the System for Award Management (SAM) database, include DUNS Number and CAGE Code, and location you are capable providing the services your past experience on certain manufactures’ fire trucks and apparatus. 2) If your firm is interested but unable to meet certain requirements in the PWS, please indicate which spec items you are unable to meet and why. This information will be used to identify if there are enough firms that can meet the requirement as is, or if certain portions of the PWS need to be revised. 3) The Government reserves the right to request additional information as needed, from any and all respondents. Submitted information shall be UNCLASSFIED. Please respond to this Sources Sought announcement electronically to Yuka Kondo at Yuka.Kondo@fe.navy.mil no later than 02:00 PM Japan Standard Time (JST) on 15 June 2021. No email sent shall be larger than 4MB in size. Responses received after the deadline or without the required information will not be considered. Respondents will not be notified of the results of the Navy’s market research.