Hoist Replacement Program

Agency: DEPT OF DEFENSE
State: California
Type of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Posted: May 1, 2024
Due: May 10, 2024
Solicitation No: N68520-24-R-0046
Publication URL: To access bid details, please log in.
Follow
Hoist Replacement Program
Active
Contract Opportunity
Notice ID
N68520-24-R-0046
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 01, 2024 09:07 am EDT
  • Original Published Date: Apr 23, 2024 11:50 am EDT
  • Updated Response Date: May 10, 2024 12:00 pm EDT
  • Original Response Date: May 10, 2024 12:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 10, 2024
  • Original Inactive Date: May 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3950 - WINCHES, HOISTS, CRANES, AND DERRICKS
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Coronado , CA 92118
    USA
Description View Changes

Sources Sought



Hoist Replacement Program



PROGRAM BACKGROUND:



The Commander, Fleet Readiness Center (COMFRC) Procurement Group (PG), in support of the Fleet Readiness Center Southwest (FRCSW) – North Island, intends to procure, replace, upgrade, and repair overhead pneumatic/electric traveling hoists, associated hangers, runway rails and pneumatic/electrical control systems in support of depot-level maintenance operations, equipment sustainment efforts are needed to adequately support and meet fleet aircraft delivery schedules.



Please see the DRAFT Statement of Work Statement (SOW) (Attachment 1) for the entire set of requirements.



Please see the DRAFT Hoist Replacement Program – Catalog Table for the anticipated Hoists to be repaired/replaced.



DISCLAIMER:



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. 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



Any resultant solicitation(s) will be released on the Procurement Integrated Enterprise Environment. It is the responsibility of the potential offerors to monitor PIEE for additional information as the direct method of communication with the Government. The solicitation is anticipated to be released at the end of FY24 Q3.



ANTICIPATED CONTRACT TYPE: The Government is utilizing this sources sought to conduct market research on the contract type. This procurement is anticipated to be an IDIQ “D” type contract with Firm Fixed Price (FFP) Contract Line Item Numbers (CLINs).



ELIGIBILITY:



Product Service Code (PSC) for this requirement is 3950– Winches, Hoists, Cranes, and Derricks



North American Industry Classification System (NAICS) Code is 811310 – Commercial and Industrial Machinery and Equipment Repair and Maintenance.



Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



SUBMITTAL INFORMATION: (CAPABILITIES STATEMENT)



Interested parties shall adhere to the following instructions for the submittal of their capabilities statements.





  1. Page Limit and Format: Ten (10) 8.5 X 11 inch pages in Times New Roman font of not less than 10 point.







  1. Document Type: Microsoft Word or Adobe PDF







  1. Delivery: Electronic submission within Sam.gov Sources Sought Notice







  1. Response Date: Responses are due by 12:00 PM Eastern Daylight Time (EDT) May 13, 2024.







  1. No classified information shall be submitted in response to this Sources Sought.







  1. No phone calls will be accepted.







  1. All questions shall be submitted via email to the POCs listed at the end of this notice.







  1. All responses shall include:







  • Sources Sought Notice name/number,




  • Company Name







  • CAGE code




  • Unique Entity Identifier (UEI)




  • Company Address




  • Company Business Size: 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.




  • Points of Contact (POC), including names, phone numbers, and email addresses.







  1. All data received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Please mark all documentation with the appropriate distribution statements, if applicable. Contractors should appropriately mark any data that is proprietary or has restricted data rights.







  1. Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice.





REQUESTED INFORMATION:



Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.



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: Reference to the Notice ID number N68520-24-R-0046 and the title of the SOW being referenced.



What specific technical skills does Offeror possess which ensures capability to perform the draft SOW tasks? It is requested that in the response to the Sources Sought, the Contractor demonstrates its capability to accomplish the work specified under the draft SOW.





  • Title of the SOW being referenced.




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




  • What specific technical skills does your company possess which ensures capability to perform the draft SOW tasks?




  • If the company finds itself not capable to perform all parts of the draft SOW, please specify which portions of the draft SOW it is capable of accomplishing. If the company will be teaming or utilizing subcontracts, please include information regarding which draft SOW paragraphs the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work.




  • Interested Contractors should respond with existing capabilities and products, if applicable, that meet all or a subset of the draft SOW. Please provide details on one or more like or similar to the Hoist Replacement Program (no more than two (2) examples from the past three (3) years) that fall within the scope of the draft SOW to demonstrate the Contractor has successfully performed and delivered those like or similar Hoists.







  1. Include in response Offerors ability to meet the Facility and Safeguarding requirements (Secret).





In addition to the above, the Government is requesting feedback on the draft SOW and CDRLs. If the Contractor has any questions about the requirement or areas that may need further definition, please identify those in the capability response. If feedback is submitted with the capability statement, the Contractor shall list specific paragraphs in the draft SOW and draft CDRL number to help in supporting the response. This feedback DOES NOT count against the page limitations for the capabilities statement and should be submitted as a separate file at the same time as the capabilities statement submission. The Government may or may not reach back out to the companies to discuss the feedback in depth.



Responses to this Sources Sought, including any capability statements and communications regarding this solicitation, shall be electronically submitted via DoD SAFE. All respondents must request via email, to the below POCs, a DoD SAFE link seven (7) days prior to the closing date/time stated in this source sought.



SITE VISIT



There will be a site visit to help Contractors understand the requirement. The site visit is not mandatory to submit a capabilities statement.



The site visit will be on May 7, 2024. Please reach out to the Contract Specialist, Ben King and the Contracting Officer, Tiffany Crayle, by 12:00 PM, May 1, 2024, to arrange a visitor request with FRCSW.  Contact information is located at the bottom of this notice.



The site agenda will be given to the Contractors once the Contract Specialist and Contracting Officer receive the request.



In the request for the site visit the Contractor shall provide the following information:



Contractor Name





  • CAGE Code




  • Contractor Location




  • Contractor Size (Large/Small)




  • Attendee(s) (maximum 2)




  • Attendee(s) email(s) and phone number(s)





All Contractors must be at the front gate of NAS-NI by 0900 PDT. The address for the Main Gate at Naval Air Station North Island is: 300 Alameda Blvd., Coronado, CA, 92118.



ATTACHMENTS:



The following documents are attached to this Sources Sought Notice:





  • Draft Statement of Work (SOW)




  • Draft Contract Data Requirements List (CDRLs)




  • Draft Hoist Replacement Program – Catalog Table





CONTRACT SPECIALIST



Name: Benjamin King



Email: Benjamin.j.king14.civ@us.navy.mil



PROCURING CONTRACTING OFFICER



Name: Tiffany Crayle



Email: Tiffany.l.crayle.civ@us.navy.mil




Attachments/Links
Contact Information View Changes
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

Related Document

Apr 23, 2024[Sources Sought (Original)] Hoist Replacement Program
May 3, 2024[Sources Sought (Updated)] Hoist Replacement Program
May 9, 2024[Sources Sought (Updated)] Hoist Replacement Program
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

..., but not limited to: inspection and cleaning of tables, chairs, floors, walls, ...

City of Laguna Hills

Bid Due: 5/30/2024

...) with a Small Business Size Standard of $45 million according to the ...

DEPT OF DEFENSE

Bid Due: 5/22/2024

...Construction) with a Small Business Size Standard of $45 million according to the ...

DEPT OF DEFENSE

Bid Due: 5/22/2024

...FP-14, Specification in Spec 703 -Table 703-2 and stockpile material in designated area ...

AGRICULTURE, DEPARTMENT OF

Bid Due: 5/27/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.