Florida Bids > Bid Detail

Pressure Regulator Parts

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 17 - Aircraft Launching, Landing, and Ground Handling Equipment
Opps ID: NBD00159223393462416
Posted Date: Jul 13, 2023
Due Date: Jul 28, 2023
Solicitation No: N68520-23-Q-0047
Source: https://sam.gov/opp/982cd3964b...
Follow
Pressure Regulator Parts
Active
Contract Opportunity
Notice ID
N68520-23-Q-0047
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
FLEET READINESS CENTER
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 11, 2023 02:16 pm EDT
  • Original Response Date: Jul 28, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1720 - AIRCRAFT LAUNCHING EQUIPMENT
  • NAICS Code:
    • 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
  • Place of Performance:
    Jacksonville , FL 32228
    USA
Description

DISCLAIMER:



THIS SOURCES SOUGHT IS TO PERFORM ADDITIONAL MARKET RESEARCH. ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SUBMIT A CAPABILITY STATEMENT. THE RESULTS OF THIS SOURCES SOUGHT WILL BE UTILIZED TO DETERMINE IF ANY SMALL BUSINSS SET-ASIDE OPPORTUNITIES EXIST. ALL SMALL BUSINESS SET-ASIDE CATEGORIES WILL BE CONSIDERED.



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. THE GOVERNMENT WILL NOT PAY FOR ANY RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.



INTRODUCTION



The Commander, Fleet Readiness Center (COMFRC) Procurement Group (PG), in support of the Fleet Readiness Center Mid-Atlantic (MA) - Mayport, Voyage Repair Team (VRT) intends to procure parts for the repair of 21 Pressure Regulators manufactured by Hale Hamilton/CIRCOR (P/N 19-40763-7). Please see the Statement of Work (SOW) (Attachment 1) for the entire set of requirements.



PROCUREMENT BACKGROUND:



The SOW provides the specific Original Equipment Manufacturer (OEM) parts required by FRC MA VRT.



The Contractor shall provide the items necessary services required to accomplish the requirements within the SOW (Attachment 1).



ANTICIPATED CONTRACT TYPE:



This procurement is anticipated to be Firm Fixed Price (FFP) contract.



ELIGIBILITY:



The Product Service Code (PSC) for this requirement is 1720 – Aircraft Launching Equipment; the North American Industry Classification System (NAICS) Code is 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables with a Small Business Size Standard of 750 Employees. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



SUBMISSION DETAILS: Interested businesses shall submit brief capability statements (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced), demonstrating their ability to provide the material described herein no later than 28 July 2023, 3:00 Eastern Daylight Time. The capability statements shall be sent via email to amanda.j.taylor80.civ@us.navy.mil, and jay.h.hughes.mil@us.navy.mil. Submissions must be received via email cited no later than 3:00 P.M. Eastern Daylight Time on the date listed above. All responses shall include Company Name, Company Address, UEI, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.



No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. All data received in response to this Sources Sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.



Interested Offerors shall demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. For this procurement, interested businesses shall demonstrate the capability to meet the Government’s required period of performance. You may also submit information that demonstrates how you could potentially meet this requirement for future production opportunities.



Capability statement packages should demonstrate the ability to perform the services listed in the attached SOW. This documentation must address, at a minimum, the following:



Title of the SOW being referenced;



Company profile to include number of employees, annual revenue history, office location(s), UEI number, and a statement regarding current small/large business status;



Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern.



Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein;



Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified;



Statement regarding capability to obtain the required industrial security clearances for personnel;



If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2019-O0003 is now in effect which adds the definition of “Similarly Situated Entity” and changes the 50% calculation for compliance with the clause. Small business primes may now count “first tier subcontracted” work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2019-O0003 dated 12/3/18 at https://www.acquisition.gov/browse/index/far). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize “similarly situated entities” to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice in order to assist the Government’s capability determination.



What specific technical skills does your company possess which ensures capability to perform the SOW tasks? It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the work specified under the sections 3.3 of the draft SOW Technical Requirements.



If the company finds itself not capable to perform all parts of the SOW, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontracts, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. If your company has any questions about the structure of the SOW, or areas that may need further definition, please also identify those in the response.



Responses to this Sources Sought, including any capability statements and communications regarding this solicitation, shall be electronically submitted via email. All responses must be sufficient in detail to permit agency analysis to establish bona fide capability to meet requirements.






Attachments/Links
Contact Information
Contracting Office Address
  • ATTN CHIEF OF STAFF 47038 MCLEOD ROAD, BLDG 448
  • PATUXENT RIVER , MD 20670
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 11, 2023 02:16 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >