THIS IS A SOURCES SOUGHT. THIS IS NOT A REQUEST FOR PROPOSAL NOR QUOTE.
This announcement constitutes a Sources Sought Notice (SSN) for information and planning purposes in accordance with procedures under FAR Part 13 Simplified Acquisitions. The Service Contract Division at Naval Supply Fleet Logistics Center San Diego (NAVSUP FLCSD) intends to negotiate a Firm Fixed-Price contract to provide a 400,000 gallon fuel barge to transport JP-5 Fuel from Naval Base Point Loma to Naval Base Coronado for a total of 5 days. The government is looking for a company that can provide a fuel barge with a 400,000 gallon capacity that will be used to transport JP-5 fuel. Along with the barge, the Government requires the company to operate the barge. The JP-5 Fuel is provided by the Navy Fuel Depot. The barge will moor alongside the fuel depot at Naval Base Point Loma and will pick up 400,000 gallons of fuel. The barge will then transport the fuel to the USS Theodore Roosevelt on Naval Base Coronado. Multiple trips for fuel transportation will be required during five days.The distance between Naval Base Point Loma and Naval Base Coronado is approximately 6.8 Nautical Miles. The barge will be contracted for 5 days. The Period of Performance is 23 June 2025 to 27 June 2025. This is not a solicitation announcement for quotes and a contract will not be awarded from this announcement. This announcement 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 purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive, and/or a total Small Business Set-Aside. The anticipated North American Industry Classification System (NAICS) code is 483211, Inland Water Freight Transportation, which has a corresponding Size Standard of 1,050 Employees, and Product or Service Code, (PSC) of V119 transportation/travel/relocation- transportation: Other.
This notice is for informational and planning purposes only and is not to be construed as a commitment by the U.S. Government, nor will the U.S. Government pay for information solicited. The Government will not return any information submitted, nor will the Government compensate any company who responds to this Notice. Large and small companies that have experience with these services are encouraged to respond to this notice. If applicable, identify your small business status to the identified NAICS code. Please provide a capabilities statement, Past Performance information and confirm your availability to provide the described service/supplies by the estimated start date of June 23, 2025. The information below is requested at a minimum:
1. Company name, address, telephone number, CAGE code, DUNS number, point of contact (name, phone# and e-mail). If your company is a small business, please identify the socioeconomic status.
2. Have you performed the same or similar work in the past?
3. Comments or suggested changes to the Government's NAICS Determination
4. Explanation of the company's ability to perform 100% of the effort required. This statement shall not reiterate or duplicate the language set forth in this notice. Your CAPABILITIES STATEMENT shall demonstrate your company’s ability to perform these critical tasks. Additionally, if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
By submitting information, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Furthermore, prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment. Contractors may obtain information on registration and annual confirmation requirements by calling 866-606-8220 or via the Internet at http://www.sam.gov.
Responses should be emailed to Michelle Muniz at michelle.a.muniz.civ@us.navy.mil by 1 P.M. Pacific Standard Time (PST) on 3 June 2025. Again, this is not a request for a proposal. Respondents will not be notified of the results.