SOURCES SOUGHT SYNOPSIS:
This Sources Sought is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, Request for Proposal, or as an obligation on the part of the Government to acquire any products or services described herein. Your response to this announcement will be treated as information only. No entitlement to payment of direct or indirect costs or charges to the Government will arise because of a contractor’s submission of responses to this announcement or the Governments use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received by the Government for this Sources Sought announcement. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. This request for information 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 information provided by contractors may be used by the Navy in developing its acquisition strategy, Statement of Work (SOW) and/or Performance Specifications.
1. This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources outside of the suggested sole source, (Security Engineered Machinery Co., Inc. ) for information purposes only.
1.1 The purpose of this Sources Sought is to conduct market research to determine if any responsible sources exist, outside of the suggested sole source, (IAW: DFARS PGI 206.302-1) and the Government is interested in large and small businesses concerns. The proposed North American Industry Classification Systems (NAICS) Code is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, which has a corresponding Size Standard of $12.5 Million, and the Product and/or Service Code: J036 - Maintenance/Repair/Rebuild of Equipment - Special Industry Machinery.
2. Program Details:
Requirement Need: Norfolk Naval Shipyard (NNSY) intends to procure one (1) year preventative maintenance service agreement for two (2) Security Engineered Machinery Co. disintegrators (SEM Model 1436 disintegrator and SEM Model 22 disintegrator)
These disintegrators need preventative maintenance services that are described in the attached Statement of Work, including four (4) preventative maintenance service calls as required for both disintegrators and minimum three (3) emergency service call visits.
Please review the attached Statement of Work.
Market Survey:
- Company Name, Address, CAGE Code, DUNS.
- Response Point of Contact name, telephone number, email address, and website URL.
- Please state your business size (small or large) based upon the size standard above.
- Please provide a capability statement or describe your company’s ability to provide preventative maintenance on the above items, in accordance with the requirements and specifications outlined the attached Statement of Work.
- Please provide your comments on the suggested Government's NAICS Determination code (811310).
- Please identify a Rough Order of Magnitude (ROM) and/or estimated cost for the required services.
Based on the responses to this source sought notice notice, this requirement may be set-aside for small businesses or procured through “Full and Open competition”.
The Government is still determining the acquisition strategy and if this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.
If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.
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.
Responses should be emailed to Audrey Franklin at audrey.m.franklin2.civ@us.navy.mil and Denise Swain at denise.j.swain.civ@us.navy.mil by 12:00 PM on Tuesday August 5, 2025. Again, this is not a request for a proposal. Respondents will not be notified of the results and the Government is not required to answer any questions submitted in regard to this sources sought notice.
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. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.