Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2018 FBO #6141
SOLICITATION NOTICE

J -- Refurbishment & Repair of small (50 HP or less) Raider Outboard Motors (OBM) National Stock Number (NSN) 3H 2805-01-652-3067) and the Raider 50hp OBM (NSN 3H 2805-01-652-3076)

Notice Date
9/14/2018
 
Notice Type
Presolicitation
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, 110 Vernon Avenue, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
N61331-18-R-0014
 
Point of Contact
Courtney I. Henslee, Phone: 8502355354, Jenetta L. Langston, Phone: 8502355362
 
E-Mail Address
courtney.henslee@navy.mil, jenetta.langston@navy.mil
(courtney.henslee@navy.mil, jenetta.langston@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Naval Surface Warfare Center Panama City Division (NSWC PCD), Panama City, Florida has a requirement for inspection, repair, and refurbishment of up to 140 small (50 horsepower or less) Raider 40hp Outboard Motors (OBMs) National Stock Number (NSN) 3H 2805-01-652-3067 and Raider 50hp OBMs (NSN 3H 2805-01-652-3076) located at Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, VA and the Naval Amphibious Base, Coronado, CA. Naval Surface Warfare Center Panama City Division (NSWC PCD) intends to issue a sole source contract to Raider Outboard Inc. located at 855 Shepard Drive, Titusville, FL 32780 for the repair/refurbishment of small (50 HP or less) Raider outboard motors (OBM). This requirement is not suitable for full and open competition for the following reasons. The motors are manufactured by Raider Outboards. The work must be performed by a Raider or Tohatsu certified Technician or Mechanic. Based on market research and correspondence from the original equipment manufacturer, Raider does not utilize distributors and does not maintain a network of independent service providers. This make the OEM the only source that can meet this requirement. The anticipated NAICS code is 841190 with a size standard of $1.9M. SBA Size Standard is $7.5M. The anticipated five year requirements contract will contain a 12-month base period plus four 12-month option periods for a total period of performance of 60 months, if all options are exercised. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Offerors wishing to provide responses/comments to this synopsis shall do so via email to Courtney.henslee@navy.mil no later than the closing date of this synopsis. The closing date of this synopsis is 01 October 2018. The Department of Defense will no longer award contracts to contractors not registered in the System for Award Management (SAM) database. Registration may be accomplished by accessing the SAM website at https://www.sam.gov/portal/public/SAM/. Contract Specialist (buyer): Ms. Courtney Henslee, Code B32, NSWC PCD, 110 Vernon Avenue, Panama City, Florida 32407 (850) 235-5354, FAX (850) 234-4197, e-mail: courtney.henslee@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/13abc70dd4687e5284430599c80aac34)
 
Record
SN05090303-W 20180916/180914231034-13abc70dd4687e5284430599c80aac34 (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.