SOLICITATION NOTICE
U -- PAUT and TOFD Training
- Notice Date
- 6/11/2024 1:24:39 PM
- Notice Type
- Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
- ZIP Code
- 96860-5033
- Solicitation Number
- N32253-24-Q-0063
- Response Due
- 6/25/2024 11:00:00 AM
- Archive Date
- 07/10/2024
- Point of Contact
- Jodie Tramuto, Evangeline Calaustro
- E-Mail Address
-
jodie.l.tramuto.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil
(jodie.l.tramuto.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is a US Navy regional industrial center that maintains, overhauls and repairs various vessels of the US Navy. Its industrial operations provide the US naval forces with a wide range of services and resources located on the island of Oahu, Hawaii, with direct and indirect support to submarines, surface vessels and shore based activities in the Pacific. PHNSY&IMF is seeking a contractor to provide a minimum 96 hours of training for Phased Array Ultrasonic Testing (PAUT) and a minimum of 80 hours of training for Time of Flight Diffraction Ultrasonic Testing (ToFD). Contractor shall provide two training sessions in a government provided classroom on the island of Oahu at Pearl Harbor Naval Shipyard or similar facility. Training will normally be conducted during the hours of 0630-1500, Monday thru Friday and Saturday if necessary. The contractor will provide PAUT (2 weeks) and TOFD (2 weeks) Training to 12 students in a 4 consecutive week period. The specific amount of students will be provided prior to scheduling of the training. Scheduled training dates will be coordinated with a government representative, in which contractor will be given 30 days notice prior to training start within the Period of Performance.� Additional details and specifications can be found in the attached Performance Work Statement (PWS). The tentative period of performance for this service is 8/2/2024- 9/30/2024. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541380; the size standard for this NAICS is $19.0 million. Product Service Code is U004 - Education/Training - Scientific/Management. Please note the following: The solicitation number for this requirement is N32253-24-Q-0063. Quotes are due no later than Friday, 6/25/2024 at 8:00 a.m. HST. Quotes must be sent via email to both the primary and secondary points of contact. As part of the price quote package, the Offeror shall submit the completed SF 1449 with blocks 17a (include cage code), 30a.-30c. (SF 1449 page 1) and CLIN information (0001 - SF 1449 page 3) completed�submission of a signed offer to the Government constitutes agreement and acceptance of the solicited terms and conditions. In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal (not to exceed 3 pages) that clearly demonstrates thorough knowledge and understanding of, and approach to, accomplishing each paragraph listed in the PWS and solicitation requirements. Non-conformance will deem an Offeror ineligible. All quotation submissions need to include completion of FAR 52.204-24, 52.204-26, and 52.212-3. 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) 2024-05, DFARS 4/25/2024, and NMCARS 18-22. The Government may revise the solicitation at any time by means of an Amendment. It is an offeror�s responsibility to ensure it is accessing the Government Point of Entry (GPE) website,� https://sam.gov/, to view potential amendments and procurement notifications for this solicitation. Labor, travel and materials shall be included. Travel, airfare, lodging, rental car, and per diem shall be in accordance with current Department of Defense Joint Travel Regulations (JTR) and Federal Acquisition Regulations (FAR) 31.205-46. Travel receipts shall be, provided upon request. Contract award will be in accordance to 52.212-2 as stated in the solicitation. All questions regarding solicitation N32253-24-Q-0063 shall be submitted in writing via email to the listed POCs.� Questions are due 6/18/2024 8:00AM HST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1266de699fd44715ad5d70c7998d0795/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN07093075-F 20240613/240611230126 (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 |