Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2024 SAM #8193
SOLICITATION NOTICE

J -- SALVEX 24 Support Requirements

Notice Date
5/1/2024 4:51:27 PM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
N32253-24-R-0010
 
Response Due
5/2/2024 11:00:00 AM
 
Archive Date
05/17/2024
 
Point of Contact
Caroline Bruseski, Aaron Miller
 
E-Mail Address
caroline.e.bruseski.civ@us.navy.mil, aaron.k.miller22.civ@us.navy.mil
(caroline.e.bruseski.civ@us.navy.mil, aaron.k.miller22.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A PRESOLICITATION NOTICE ONLY; THIS IS NOT A SOLICITATION. This Presolicitation Notice is issued solely for informational and planning purposes. Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) intends to release a request for quote (RFQ) for a Firm Fixed-Price contract to provide forklifts, lighting, compressed air, exhaust/ventilation, electrical, rolling staging, storage units, eye wash stations, and portable restroom installation and maintenance to support government inspection aboard a damaged, decommissioned ship. This posting serves as a Pre-Solicitation notice in association with N32253-24-R-0010.A Sources Sought Notice N32253-EREQ-24-078�was posted on SAM.gov from 04/29/2024 to 04/30/2024. A Lowest Price Technically Acceptable (LPTA) process will be used for this source selection IAW FAR 15.101-2 and FAR 15.3, as supplemented by DFARS and NMCARS. The Government will select the proposal with the lowest evaluated price from among those meeting the acceptability standards for non-price factors. A contract may be awarded to the offeror who is deemed responsible in IAW FAR 9.1, as supplemented, whose proposal conforms to the solicitation's requirements, and is judged, based on the evaluation factors, to represent the lowest price technically acceptable proposal. This requirement is a 100% small business set aside. The tentative Performance Period is 6 April 2024 � 11 June 2024. The location of performance is Joint Base Pearl Harbor Hickam, Hawai'i. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611 - Ship Building and Repairing. The Product Service Code (PSC) applicable to this requirement is J999 - NON-NUCLEAR SHIP REPAIR (WEST). Submission instructions will be outlined in the forthcoming solicitation and written offers shall be submitted in accordance with the CLIN structure. All dates and information included in this announcement are subject to change. The solicitation for this requirement will be posted on or about 02 May 2024. Note:�All firms or individuals responding must be registered with the System for Award Management (SAM)(https://www.sam.gov) by the award date. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06 and NMCARS 18-24.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a181fab62f45460980ad6e0631389179/view)
 
Place of Performance
Address: JBPHH, HI, USA
Country: USA
 
Record
SN07048144-F 20240503/240501230037 (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.