Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 05, 2022 SAM #7614
SOURCES SOUGHT

J -- Travel motor overhaul IDIQ

Notice Date
10/3/2022 11:11:40 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
 
ZIP Code
98314-5001
 
Solicitation Number
N4523A23Q5700
 
Response Due
10/12/2022 10:00:00 AM
 
Point of Contact
Mike Myers, Chris Davidson
 
E-Mail Address
michael.d.myers3@navy.mil, christopher.t.davids@navy.mil
(michael.d.myers3@navy.mil, christopher.t.davids@navy.mil)
 
Description
The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), Contracting Department (Code 400), is issuing this sources sought.� The sources sought is being issued as a means of conducting market research to identify industrial capabilities that might exist in order to support an upcoming requirement for the inspections/repairs/overhauls of travel motors �IDIQ contract.� For additional information regarding the technical specifications, please refer to the attached Performance Work Statement (PWS).� Based on the responses to this sources sought, this requirement may be set-aside for small business (in full or in part) or procured through full and open competition (unrestricted), the government intent at this time is for a single award.� All small business set-aside categories will be considered.� Telephonic inquiries will not be accepted or acknowledged, the government will not be providing evaluations or comments to companies providing sources sought responses but the responses will be used to inform the government as to the best means of procuring this requirement. �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A �REQUEST FOR QUOTE (RFQ)� TO BE SUBMITTED.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPERATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� RESPONSES WILL NOT BE RETURNED TO THE RESPONDER.� NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) IF ISSUED.� IF A SOLICITATION IS RELEASED IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE).� IT IS THE RESPONIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� Project Background: Non-personnel services contract to provide inspections/repairs/rebuilds of 10HP 1200RPM 250V 259AT�� travel motors in accordance with the PWS.� Travel Motors are located at PSNS IMF Bremerton WA.� Repairs and overhauls are to be performed at vendor�s location. Required Capabilities: The prospective Offeror must demonstrate specific experience providing electric motor rebuild or refurbishment of the complexity similar to or exceeding the scope identified in the Performance Work Statement (PWS) through a narrative of one (1) contract within the last two calendar years Additional detail is provided in the draft PWS attached to this announcement (Attachment 1). If your organization has the potential capacity and capabilities to perform these contract requirements, please provide the following information: Organization Name, CAGE code, and DUNs number.� Any applicable brochures or company capability material may also be submitted.� Eligibility: The applicable NAICS code for this requirement is 811310- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a small business size standard of $11M.� The product service code is J028- Maintenance, Repair and Rebuilding of Equipment: Engines, Turbines, and Components. Businesses of all sizes are encouraged to respond. Submission Details: Interested parties are requested to submit via email.� The email subject line should be �Sources Sought Response for N4523A23Q5700. The response to the sources sought may be in either Microsoft Word, Portable Document Format (PDF), or in the body of the email and shall be addressed to Mike Myers at michael.d.myers3@navy.mil and Chris Davidson at christopher.t.davidson7.civ@us.navy.mil. ALL DATA RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT THAT IS MARKED OR DESIGNATED AS CORPORATE OR PROPRIETARY WILL BE FULLY PROTECTED FROM RELEASE OUTSIDE THE GOVERNMENT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3806606057bc4c649ce4b8f720c9b135/view)
 
Record
SN06485432-F 20221005/221003230107 (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 |
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.