SOLICITATION NOTICE
J -- Hankook Vertical Turning Center
- Notice Date
- 6/26/2020 4:20:36 PM
- Notice Type
- Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
- ZIP Code
- 96860-5033
- Solicitation Number
- N32253-20-Q-0051
- Response Due
- 6/30/2020 3:00:00 PM
- Archive Date
- 07/15/2020
- Point of Contact
- Krystal Reiter, Phone: 80847380002647, Megan K. Ho, Phone: 80847380005293
- E-Mail Address
-
krystal.reiter@navy.mil, megan.ho@navy.mil
(krystal.reiter@navy.mil, megan.ho@navy.mil)
- Description
- ** As of 26 June 2020, Solicitation N32253-20-Q-0051 has been updated to reflect the following changes:� (1) Updated Sections 2.1, 3.1, and 6.1 of the Performance Work Statement, (2) Update the primary contact, and (3) Upload the Q&A dated 26 June 2020. All other terms and conditions remain unchanged. Please submit offers IAW Solicitation N32253-20-Q-0012 Amendment No.1 ** ____________________________________________________________________________ The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) requests for quote (RFQ) N32253-20-Q-0051 to Panda Machines Tools Inc. dba Hankook America Corp, in accordance with 10. U.S.C. 2304(c)(1), with the intent to award a sole source Firm Fixed-Price contract for repair and trouble shoot two (2) Hankook Vertical Turning Centers to fully operational conditions onboard PHNSY & IMF.� A Sources Sought Notice for N32253-20-Q-0051 was posted on 29 APRIL 2020: https://beta.sam.gov/opp/dc34c7386b0c40f6b331e041ee9fedf7/view?keywords=N32253-20-Q-0051&sort=-relevance&index=&is_active=false&page=1 The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811310 and Size Standard of $7.5 Million applies to this procurement.� The Product Service Code is J049, Maintenance/Repair/Rebuilding of Equipment Maintenance/Repair of Shop Equipment.� All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov) by the award date.� The solicitation document and incorporated provisions and clauses will be those in effect through Federal Acquisition Circular (FAC) 2020-05, DFARS DPN20190531, and NMCARS 18-09. Written offers should be submitted in accordance with the CLIN structure.� The Period of Performance (POP) is subject to change.� If unable to meet the period of performance as identified, please provide soonest availability.� �� The CLIN structure is as follows: 0001 � This CLIN is for providing repair and troubleshooting services for two (2) Hankook Vertical Turning Centers to fully operational conditions in accordance with the Performance Work Statement.� The Period of Performance for this CLIN is 20 JULY 2020 � 19 JULY 2021. 1001 � This option CLIN is for repairs and troubleshooting services for two (2) Hankook Vertical running Centers to fully operational conditions and is in accordance with the Performance Work Statement.� The Period of Performance for this CLIN is 20 JULY 2021 -19 JULY 2022. 2001 - This option CLIN is for repairs and troubleshooting services for two (2) Hankook Vertical running Centers to fully operational conditions and is in accordance with the Performance Work Statement.� The Period of Performance for this CLIN is 20 JULY 2022 -19 JULY 2023. 3001 - This option CLIN is for repairs and troubleshooting services for two (2) Hankook Vertical running Centers to fully operational conditions and is in accordance with the Performance Work Statement.� The Period of Performance for this CLIN is 20 JULY 2023 -19 JULY 2024. 4001 - This option CLIN is for repairs and troubleshooting services for two (2) Hankook Vertical running Centers to fully operational conditions and is in accordance with the Performance Work Statement.� The Period of Performance for this CLIN is 20 JULY 2024 -19 JULY 2025. Note:� Quotation submissions should include a breakdown of quotation and travel costs associated.� The rules in the Federal Acquisition Regulations 31.204-46 govern Government contractor and contractor employee travel costs.� All quotation submissions need to include completion of FAR 52.212-3.� Quotes are due to this office no later than 30 JUNE 2020, 1200 HST.� Quotes must be sent via e-mail to the primary point of contact and secondary point of contact.����
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4b03a737182b4c40b15cde7c07d15ab8/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN05704496-F 20200628/200626230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |