THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. NAVSUP Fleet Logistics Center San Diego Seal, Beach Detachment is seeking eligible businesses with current and relevant qualifications, experience, personnel and capability to perform the proposed contract action. The appropriate NAICS Code is 811310. This Market research tool is being used to determine potential and eligible business firms capable of providing services for preventive maintenance and corrective maintenance of Government owned galley equipment located at Naval Base Ventura County Port Hueneme and Point Mugu, CA. The Government is not obligated to and will not pay for any information received from potential sources as a result of this Sources Sought. The anticipated performance period will span five (5) years and possibly six (6) months from the date of award, if all options are exercised. The anticipated award date is on or about Dec 2021. It is anticipated that the Request for Proposal (RFP) will be posted in 15 Nov 2021. The resulting Indefinite Delivery/Indefinite Order (IDIQ) contract is anticipated to be Firm Fixed Price (FFP). The Capability Statement must address, at a minimum, the following: 1. Statement providing Company Name, Company Address, GSA contract number (if applicable), Points of Contact (POC) including name, CAGE Code, phone number, fax number, e-mail address and confirmation of current small business status under NAICS code 811310. 2) Prior/current corporate (past performance) experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indicate either prime or subcontractor for each effort, contract values, hours/dollars incurred to date, Government point of contact with current telephone number and email address and brief description of how the referenced contract relates to the services described herein. 3) The contractor’s ability to manage, as a prime contractor, the types and magnitude of all tasking in the PWS. 4) For Small Business concerns, the contractor’s technical capability, or potential approach, to achieving technical ability, to perform at least 51% of the price of the Order with its own employees. 5) The contractor’s technical approach and capacity, or the potential approach to achieving capacity, to conduct the requirements of the draft PWS. 6) The contractor’s proposed “Transition Plan” explaining its ability to begin performance on the award in Dec 2021 (if it were the awardee).
Bid Protests Not Available