The source sought notice is to determine potential and capable sources for this anticipated requirement: Lab Equipment Preventative Maintenance services at the FLCJ Fuels Department Laboratory, Fuel Department, 8808 Somers Rd S Jacksonville FL.
The attached DRAFT Performance Work Statement (PWS) contains detailed information on what is expected and the outcomes of a contractor's performance, qualifications, and associated tasks.
As part of this market research, Naval Supply Systems Command, Fleet Logistics Center Jacksonville, is issuing this sources-sought notice to determine if there exists an adequate number of qualified, interested small business contractors capable of fulfilling and understanding the agency's needs as outlined within the draft PWS.
The Government may use the responses to this notice for information and planning purposes.
The DRAFT PWS is for performance-based acquisitions and clearly describes the scope of the services and the contractors' expected performance objectives and standards.
The DRAFT PWS may vary from the work scope in the final PWS included in the request for quotations.
A firm-fixed-price contract is anticipated. The anticipated performance is 14 May 2025 through 14 May 2026, with four one-year option periods. The North American Industrial Classification System (NAICS) code for this acquisition is 334516 Analytical Laboratory Instrument Manufacturing.
Offers possessing the requisite skills, resources, and capabilities to perform the stated requirement are invited to respond to a source-sought notice by submitting an executive summary of at most five pages.
Responses must use 12-point Times New Roman font.
The contractor should briefly describe the responses, including the capability, resources, technical competencies, and organizational experience vital to the warfighter's mission.
The Government will NOT consider a standard pressure and/or paraphrasing of the DRAFT PWS sufficient to demonstrate an interested party's capabilities.
- Company name, address, and point of contact with corresponding phone numbers and e-mail addresses.
- Unique identity ID number, business size, and classification.
- Relevant corporate experience information
Relevant and recent corporate experience information is defined as experience (with the past five years) of the same or similar services to that described herein and a technical description of the ability to meet the requirement (2 references).
The corporate experience should include the following:
- The applicable contract numbers.
- Contract period of performance.
- A brief description of the services provided.
- The relevancy of the services to the proposed requirement.
The contractor shall include a customer point of contact with the corresponding telephone number and e-mail addresses.
This source-sought notice only identifies potential sources as part of the NAVSUP FLC's market research.
NO RFQ exists; Therefore, DO NOT request a copy of the RFQ. Please restrict all responses to nonproprietary information. The Government will not return responses to this notice. Responders are SOLELY responsible for all expenses associated with responding to this notice. NAVSUP FLCJ will NOT pay for information received and responses to this notice.
Do not submit pricing information in response to this SSN.
All submissions must be submitted via e-mail to patrick.m.joiner.civ@us.navy.mil and joseph.d.tolbert.civ@us.navy.mil by seven (2) days after release of this sources sought notice or 12:00 PM Eastern Standard Time (EST) on Tuesday, April 15, 2025.
Submissions shall also contain questions or issues concerning the DRAFT PWS of this sources sought notice.