SOURCES SOUGHT
20 -- Sources Sought Notice / Request for Information; LCAC Propulsion System, Long-Term Contract
- Notice Date
- 1/13/2023 11:37:54 AM
- Notice Type
- Sources Sought
- NAICS
- 336612
— Boat Building
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
- ZIP Code
- 17050-0788
- Solicitation Number
- N0010423RJB26
- Response Due
- 1/20/2023 2:30:00 PM
- Archive Date
- 01/21/2023
- Point of Contact
- Michael French, Phone: 7176057080, Adrienne Hawkins
- E-Mail Address
-
michael.french1@navy.mil, adrienne.a.hawkins.civ@us.navy.mil
(michael.french1@navy.mil, adrienne.a.hawkins.civ@us.navy.mil)
- Description
- Sources Sought Notice / Request for Information (RFI) LCAC Propulsion System, Long-Term Repair Contract This announcement is a Sources Sought Notice / Request for Information (RFI) only and is being issued solely for market research and planning purposes and does not constitute a solicitation. Responses must be in writing. In addition to facilitating appropriate acquisition decisions, the U.S. Government hopes to gain knowledge of the interest and capability of small business concerns. THIS IS NOT A REQUEST FOR PROPOSALS AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. Interested and capable vendors should respond to this notice by emailing the following information/responses to the contact point(s) in the SAM or NECO announcement. General Information: Company name and address Point of contact, with email and phone number. CAGE code and DUNS number. Type of small business, if applicable, (e.g., small business, 8(a) participant, HUBZone small business concern, service-disabled veteran-owned small business concern, economically disadvantaged women-owned small business (EDWOSB) concern, or women-owned small business (WOSB) concern eligible under the WOSB Program). Is your company considered small under the NAICS code identified under this RFI? If not, is your company considered small under a related NAICS code? A capability statement that addresses the vendor�s qualifications and ability to perform as a contractor specifically for the work described below. In particular, respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the vendor�s experience providing the same or similar supplies/services to that described below. Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? �If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you are a small business and an authorized distributor/reseller for the identified item (or an equivalent solution), do you alter, assemble, and/or modify the item requested in any way? If so, state how and what is altered, assembled, and/or modified? Item Description Basic descriptions: � NSN: 2010 012308051; NAME: CONROL,SERVO,CONTR; P/N: 694004002 � NSN: 2010 012308172; NAME: PROPELLER,MARINE; P/N: 660509001 � NSN: 2010 012335405 NAME: BLADE,PROPELLER,SHI; P/N: 660509240 NSN: 2010 013800192 NAME: HUBANDCYLINDERAS; P/N: 660509237 Objective: � The pursuit of this requirement is a 5 Year, Long-Term Contract (LTC) in support of LCAC Propulsion System requirements listed above. Specific Questions: The Government has the following specific, directed, question(s) for this requirement: Is your company able to provide firm-fixed-pricing for a 5 year period for the items listed above? � This notice is issued solely for informational and planning purposes and does not constitute an Invitation for Bids, Request for Proposals or Request for Quotations. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract, nor do they affect a potential offeror's ability to respond to any future synopsis/solicitation, which may or may not follow or restrict the U.S. Government's eventual acquisition approach. Additionally, the U.S. Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. THE GOVERNMENT WILL NOT REIMBURSE ANY FIRM FOR PROVIDING A REPSONSE TO THIS ANNOUNCEMENT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/56fc863a3df44c4eb85a35888a146b36/view)
- Record
- SN06564451-F 20230115/230113230108 (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 |