Painting, Plating, and Coating
THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY. The responses to this Sources Sought will be utilized to determine if any Small Business set-aside opportunities exist. All Small Business set-... THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY. The responses to this Sources Sought will be utilized to determine if any Small Business set-aside opportunities exist. All Small Business set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. A Pre-Solicitation Notice with regards to this requirement will be released on the FedBizOpps website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION The Airborne Instrumentation Systems Division (AISD) (Code 52J000D/E) Product Development Branch/Mechanical Fabrication Section (52J510E) of the Naval Air Warfare Center, Weapons Division, Pt. Mugu, CA (NAWCWD-PM), anticipates issuing a Commercial Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for painting, plating, and coating. The contractor shall deliver painting, plating, and coating of products per the requirements set forth in individual delivery orders (DO) utilizing Government-provided machine parts, drawings, data files, and instructions. The contractor shall possess a thorough working knowledge of the following processes and demonstrate the ability to provide at a minimum: Sulfuric Anodize, Black Oxide, Copper, Electroless Nickel, Gold, Hard Anodize, Solid Film Lubricant, Nickel, Passivate, Phosphate, Rhodium, Silver, Tin, Tin Lead, Vacuum Cadmium, Zinc, Galvanizing, and Powder. The Government intends to utilize the lot unit of issue at the basic contract CLIN level with the delivery schedule specified for each Delivery Order. NAWCWD China Lake intends to award the contracts with a five-year term. Delivery will be FOB Destination. Payment will be made via Government Purchase Card. More information will be provided in the Request for Proposal (RFP) solicitation number N6893619P0392 to be posted on the Federal Business Opportunities website at http://www.fbo.gov on or about 07/01/2019 and close 30 days from the RFP issue date. ELIGIBILITY The PSC for this requirement is 8030; the NAICS is 332813 with a size standard of 500 employees. All interested businesses are encouraged to respond. Specifically, the Government is evaluating the possibility of establishing this requirement as a Small Business/Other Socio-Economic Set-Aside. ANTICIPATED PERIOD OF PERFORMANCE & CONTRACT TYPE It is anticipated that multiple awarded contracts will be firm-fixed price, indefinite-delivery, indefinite quantity (IDIQ) type contracts that encompass multiple verbal fixed-price orders over a 5-year period of performance. The Government intends to award up to four contracts for this type of support. Contract awardees will be allowed a fair opportunity to compete for orders valued greater than $3,500 under this requirement. REQUIREMENTS See attached SOW. In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating ability to provide the hardware and services listed in the requirements section. This documentation must address, at a minimum, the following: 1. Title of the requirement you are applying to 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; 3. Prior/current corporate experience performing efforts of similar size and scope within the last three years including contract number, organization support, indication of whether as prime or subcontractor, contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract relates to the procurement described herein; 4. Resources available to perform tasking indicated for the requirements stated above. 5. Company's ability to perform at least 50% of the work; and 6. Company's ability to begin performance upon contract award. The capability statement package shall be sent by email to Brianna Little at brianna.little@navy.mil. Questions or comments regarding this notice may be addressed to Brianna Little via email. All responses must include the following information: Company Name, Company Address, Company Business Size, DUNS number, Cage Code, Tax ID, and Point of Contact (POC) name, phone number, and email address. No extensions will be granted. All capability statement packages must be received by the closing date and time
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »