GITMO Naval Hospital Warehouse Support
Agency: | |
---|---|
State: | Federal |
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159789102433113 |
Posted Date: | Apr 19, 2024 |
Due Date: | Apr 26, 2024 |
Solicitation No: | N6883624GITMONAVHOSPWAREHOUSESPT |
Source: | Members Only |
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).
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Apr 18, 2024 07:01 pm EDT
- Original Response Date: Apr 26, 2024 01:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: May 11, 2024
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: S215 - HOUSEKEEPING- WAREHOUSING/STORAGE
-
NAICS Code:
- 493110 - General Warehousing and Storage
-
Place of Performance:
34009CUB
MARKET RESEARCH / REQUEST FOR INFORMATION (RFI) – NO SOLICIATION DOUMENT EXISTS
Product Service Code (PSC) S215 - HOUSEKEEPING- WAREHOUSING/STORAGE
The Naval Supply Systems Command Fleet Logistics Center in Jacksonville (NAVSUP FLCJ) is conducting a market survey to determine the availability of small businesses capable of providing Warehouse Support Services for the Naval Hospital Station Guantanamo Bay, Cuba. The Naval Hospital Warehouse and Joint Task Force (JTF) is acquiring support services operating functions to include receiving, receipt processing, issue processing, packaging/crating material, inventorying, and storage/warehousing for Direct Turnover of material and Provisions.
NAICS Code for this requirement is 493110, with a small business size standard of $34M.
Vendors possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this sources sought notice request for information via the submission of a technical capabilities statement executive summary.
Interested vendors are requested to submit a capability statement stating the following information:
(1) Sources Sought Number N6883624GITMONAVHOSPWAREHOUSESPT;
(2) Company name, address, POC name, phone number, fax number and email;
(3) Contractor (CAGE Code); Unique Entity ID Number, DUNS number, and business size and classification under NAICS 493110;
(4) Size of business – Must be Small Business;
(5) If the services can be solicited from a General Services Administration (GSA) schedule contract vehicle or Open market; also, displaying the vendor’s ability to provide, meet, and/or exceed this requirement, to include past performance on the same similar service within the last five (5) years. This relevant past performance should identify the applicable contract number, total contract dollar amount, and a customer point of contact (POC) with the corresponding telephone number and email address.
Feedback, if any, to the draft PWS including suggestions that might enhance competition, improve the clarity of the requirement, or any other ideas that could result in an improved requirement.
NOTE: Standard brochures and or paraphrasing of the contents of this announcement and its attachments will not be considered sufficient to demonstrate the capabilities of an interested party. Please restrict all responses to nonproprietary information.
The technical capabilities statement provided in response to the Sources Sought Notice is NOT to be considered a response to Request for Proposal (RFP) in that no RFP exists at this time. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses will not restrict the Government to a particular acquisition approach or be construed as a commitment by the Government. The Government will not pay for the information requested herein. Evaluation results will not be provided to contractors responding to this synopsis. Do not submit pricing information in response to the synopsis. No phone calls will be accepted.
All Submissions are required to be submitted via e-mail no later than 1:00PM (Eastern Standard Time), Friday, April 26, 2024, to Joseph Tolbert, joseph.d.tolbert.civ@us.navy.mil.
Submissions shall contain any questions concerning this notice.
NOTE THIS IS A REQUEST FOR INFORMATION ONLY AND SHOULD NOT BE CONSIDERED AS A COMMITMENT BY THE GOVERNMENT.
NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING A RESPONSE TO THIS REQUEST. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS PERFORMANCE WORK STATEMENT IS STRICTLY VOLUNTARY.
- Joseph Tolbert
- joseph.d.tolbert.civ@us.navy.mil
- Phone Number 9043738084
- Candice LeBlanc
- candice.r.leblanc.civ@us.navy.mil
- Apr 18, 2024 07:01 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.