Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOURCES SOUGHT

J -- MAJOR OVERHAUL KIT FOR SHIP REPAIR

Notice Date
6/1/2016
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPMYM2-16-Q-1326
 
Point of Contact
Arlene Brown, Phone: 360-476-0166
 
E-Mail Address
arlene.brown@dla.mil
(arlene.brown@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
DLA Maritime Puget Sound intends to award a sole source contract to Wartsila Defense Inc., on behalf of the Puget Sound Naval Shipyard. (WDI) for the acquisition of two (2) DDG -51 Face Change Out Kits consisting of MX9 port stern tube seal; major overhaul kit, part number (WDI002077-001) in support of the USS Gridley DDG-101 in accordance with FAR Part 13. Two major overhaul kits, part number WLP001259-001 will also be procured in support of the USS Gridley DDG-101. The North American Industry Classification System (NAICS) Code is 336611, and the business size standard is 1000 employees. WDI is the sole manufacturer of the DDG MX9 major overhaul kit, WDI002077-001, and DDG MXP major overhaul kit, WLP001259-001 that is approved for use within the U.S Navy. Due to the fact that WDI is the manufacturer of the DDG MX9 major overhaul kit, WDI002077-001 and WLP001259-001, it is determined that they are the only source available and no other vendor can fulfill this requirement. This notice is neither a request for quotes nor a solicitation of offers; however, all proposals received within three days after date of publication of this synopsis will be reviewed by the Government for future considerations. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Responses must provide clear and concise documentation indicating a vendor's bona fide capability to provide this product or equivalency. Response must include company name, address, telephone and facsimile numbers, e-mail address, Cage code and business size. All offers should be delivered via e-mail to arlene.brown@dla.mil Offers delivered by other than e-mail will not be accepted. Certifications in the System for Acquisition Management must be current and active to be eligible for contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM2-16-Q-1326/listing.html)
 
Place of Performance
Address: NBK Bremerton, Bremerton, Washington, 98332, United States
Zip Code: 98332
 
Record
SN04134117-W 20160603/160601234408-96824fa1694c064c890b3362fd45f1a9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.