SOURCES SOUGHT
30 -- Overhaul Kit and Stock Seal Split Seat for ER and NR rudder stock seal assemblies.
- Notice Date
- 5/5/2021 11:25:12 AM
- Notice Type
- Sources Sought
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- DLA MARITIME - PUGET SOUND BREMERTON WA 98314-5000 USA
- ZIP Code
- 98314-5000
- Solicitation Number
- SPMYM2OVERHAULKIT
- Response Due
- 5/7/2021 8:30:00 AM
- Archive Date
- 05/22/2021
- Point of Contact
- John McGlothin, Phone: (360) 813-9152, KIM VO, Phone: (813) 360-0920
- E-Mail Address
-
john.mcglothin@dla.mil, KIM.VO@DLA.MIL
(john.mcglothin@dla.mil, KIM.VO@DLA.MIL)
- Description
- THIS NOTICE OF INTENT IS NOT A REQUEST FOR QUOTES. A DETERMINATION NOT TO COMPETE THE PROPOSED PROCUREMENT BASED UPON RESPONSES TO THIS NOTICE IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. DLA MARITIME PUGET SOUND, hereby provides notice of its intent to award a sole-source, firm fixed price contract to WARTSILA Defense, Inc. (CAGE CODE: 0EYA6)., 3617 Koppens Way, Chesapeake, VA. 23323, United States. The contract is expected to be awarded under FAR 6.302-1(a)(2). A Justification and Approval for Other than Full and Open Competition has been prepared. The desired delivery date is 05/23/2021. WARTSILA Defense, Inc. �is the owner of the entire ER and NR rudder stock seal assemblies and as such controls all the detail drawings which are proprietary and not available to any other sources. The subject overhaul kit and split seat contains components required to restore/reassemble the seal to OEM specifications. The kit contains replacement parts for the primary wear components that cannot be repaired. Wartsila is the OEM for needed TYPE NR overhaul kit and ER seal seat. The design and drawings are proprietary to Wartsila-Defense Inc. NAICS code: 333618 Other Engine Equipment Manufacturing. (SBA Size Standard 1500) THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than May 7, 2021 11:30 AM, PST. A determination not to compete this requirement based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. DLA MARITIME PUGET SOUND will NOT be responsible for any costs incurred by interest parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Interested parties are encouraged to furnish information by email only with �RESPONSE TO INTENT TO SOLE SOURCE FOR OVERHAUL KIT� in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contract Officer, Kim Vo at kim.vo@dla.mil and �Contract Specialist John McGlothin by email at john.mcglothin@dla.mil.� If your organization has clear and convincing documentation demonstrating your capability to support this requirement, please provide the following information: 1)�Organization name; Address; Email address; Web site address; Telephone number; Business size; Type of ownership for the organization; and Vendor cage code. 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability.� The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements.� Organizations should address all of these areas identified.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b2da93e18cd4466d91bb18b2e56f00e1/view)
- Place of Performance
- Address: Bremerton, WA 98314, USA
- Zip Code: 98314
- Country: USA
- Zip Code: 98314
- Record
- SN05993090-F 20210507/210505230119 (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 |