R--Low Frequency (LF) Fixed Submarine Broadcast System (FSBS) at NRTF located in Grindavik, Iceland.

expired opportunity(Expired)
From: Federal Government(Federal)
N7027220GRINF

Basic Details

started - 07 Nov, 2019 (about 4 years ago)

Start Date

07 Nov, 2019 (about 4 years ago)
due - 18 Nov, 2019 (about 4 years ago)

Due Date

18 Nov, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
N7027220GRINF

Identifier

N7027220GRINF
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (705942)DEPT OF THE NAVY (156381)NAVSUP (78783)NAVSUP GLOBAL LOGISTICS SUPPORT (14289)NAVSUP FLC NORFOLK (5002)NAVSUP FLT LOG CTR NORFOLK (4974)
[object Object]

SetAside

(N/A)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Subject to FAR Clause 52.215-3, entitled Solicitation for Information of Planning Purpose, this announcement constitutes a Sources Sought for information and planning purposes for qualified and experienced sources to provide support for the operation and maintenance of the Low Frequency (LF) Fixed Submarine Broadcast System (FSBS) at Naval Radio Transmit Facility (NRTF) located in Grindavik, Iceland. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It 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. The Government plans to procure these services as Commercial Item as defined in FAR 2.101. Place of Performance (Site Location): The performance of this work will be at the Naval Radio Transmit Facility (NRTF) located in Grindavik, Iceland. NAICS Code: The NAICS Code for this requirement is 541330, Engineering Services, and the Size
Standard is $16.5M. The Product Service Code (PSC) is R425, Engineering and Technical Services. Period of Performance: The period of performance for this requirement will be one (1) base year with provision for four (4) one-year option periods. This contract is estimated to commence on 31 August 2020. The proposed procurement is for a single award, Firm Fixed Price (FFP) contract. The Firm Fixed Pricing of this requirement will be based on the monthly rate charged for the services as described in the PWS. The scope of this contract includes transmitter activation/deactivation, transmission monitoring, supporting utility and emergency power systems, returning helix coils, maintaining logs and records, tower light replacement, maintaining site cables, cross-connects, and cable records, circuit configuration, equipment preventive and corrective maintenance, facility maintenance, physical security and fire protection equipment maintenance, and janitorial/housekeeping services. Responses to this Sources Sought request should reference N7027220GRINF and shall be submitted electronically to Rachel Karkane at Rachel.karkane@navy.mil, phone: (757) 443-2092 by 1200 EST on 18 November 2019. All responses submitted to this RFI shall be in English. Responses shall include the following information in this format: 1. Company name, address, POC name, phone number, fax number and email. 2. Contractor and Government Entity (CAGE) Code. 3. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. 4. If the services can be solicited from a GSA schedule or SeaPort NXG contract vehicle, provide the applicable contract number. 5. Relevant past performance on same/similar work dating back five (5) years and your companyâ€TMs capacity to perform the type of work. 6. Capability Statement addressing the following: - Contractorâ€TMs ability to perform operation and maintenance on the LF System as detailed in the PWS. - Contractorâ€TMs experience/ability to provide facilities support inclusive of facilities maintenance, physical security, janitorial/housekeeping services as defined in the PWS. - Contractorâ€TMs experience/qualifications as identified in Section 9.0 of the PWS. - Contractors should include their anticipated teaming/partnering/subcontracting arrangements along with corporate information such as company name, address, point of contact name, phone number, and email address. - Contractors should indicate whether they are authorized to carry out business activities in Iceland. 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 as specified in the Draft Performance Work Statement. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) standard typewritten pages in no less than 12 point font. All technical questions and inquiries maybe submitted within the response. Also, indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. A draft PWS, draft (Attachment 1) of the PWS is posted in this notice for your reference. Again, this is not a request for a proposal. Respondents will not be notified of the results and the U.S. Government is not required to answer any questions submitted in regards to this RFI. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any. Attachments: Attachment I –Draft PWS 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. 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.

N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VALocation

Place Of Performance : N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA

Country : United StatesState : Virginia

Classification

Classification CodeCode RProfessional, administrative, and management support services
Naisc CodeCode 541Professional, Scientific, and Technical Services
Naisc CodeCode 541330Engineering Services