SOURCES SOUGHT
61 -- N0018923BTTRY
- Notice Date
- 4/18/2023 9:20:58 AM
- Notice Type
- Sources Sought
- NAICS
- 335910
—
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018923BTTRY
- Response Due
- 5/3/2023 8:00:00 AM
- Archive Date
- 06/30/2023
- Point of Contact
- Catherine Foster, Phone: 7574431371
- E-Mail Address
-
catherine.m.foster.civ@us.navy.mil
(catherine.m.foster.civ@us.navy.mil)
- Description
- Sources Sought Notice This announcement constitutes a Sources Sought Notice (SSN) for information and planning purposes. Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk�s intent with this announcement is to identify qualified and experienced sources for a contract vehicle that will provide replacement of EATON brand UPS batteries and Cell Watch batteries at seven (7) sites for the Forces Surveillance Support Center (FSSC) in Virginia, Texas, and Puerto Rico, in accordance with Navy and DoD regulations, policies and procedures, as defined in the attached Statement of Work. This notice constitutes a sources sought for written information only. This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement. This announcement 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. Anticipated NAICS Code The anticipated NAICS Code for this requirement is 335910 - Battery Manufacturing, with the Small Business size standard of 1,250 employees. Respondents should provide their business size in the identified NAICS code. Responses to this Sources Sought request should reference N0018923BTTRY and shall include the following information in this format: Company name, address, point of contact name, phone number and email address. Contractor and Government Entity (CAGE) Code. If the services can be solicited from a SeaPort NxG vehicle, provide the applicable SeaPort NxG IDIQ number. Size of business � Large Business, Small Business, Small Disadvantaged, 8(a), HubZone, Women-owned, and/or Service-disabled Veteran-owned. An estimated Rough Order of Magnitude (ROM). A copy of SAM.gov active registration. Must reflect Entity Unique Identification Number (SAM) with Representations and Certifications. *****A copy of Defense Security Service verification or letter from the contractor�s Corporate Officer certifying it possesses a current SECRET Facilities Clearance.***** Capability statement displaying the contractor�s experience and ability to provide the services, 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 five (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. The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontractingarrangements should be clearly delineated and previous experience in teaming must be provided. Include any other supporting documentation. Comments or suggested changes to the Government�s NAICS determination. Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise 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 size. Responses shall be emailed to Catherine Foster at Catherine.m.foster.civ@us.navy.mil by 11AM EST on Wednesday, 3 May 2023. Again, this is not a Request for Proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued. Attachments: Attachment I � Draft Statement of Work NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/772f6a7090c74ba6b24c2128016c33be/view)
- Place of Performance
- Address: Norfolk, VA 23511, USA
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN06654933-F 20230420/230418230127 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |