Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2024 SAM #8331
SPECIAL NOTICE

20 -- USS HALSEY (DDG-97) LLTM RETRACTABLE BITTS

Notice Date
9/16/2024 5:02:21 PM
 
Notice Type
Special Notice
 
NAICS
332996 — Fabricated Pipe and Pipe Fitting Manufacturing
 
Contracting Office
SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
 
ZIP Code
92136-5205
 
Solicitation Number
N5523624Q0162
 
Response Due
9/18/2024 8:00:00 AM
 
Archive Date
10/03/2024
 
Point of Contact
Michael Jones, Phone: 8186244279, Cynthia Urias, Phone: 6197265741
 
E-Mail Address
michael.t.jones331.civ@us.navy.mil, cynthia.y.urias.civ@us.navy.mil
(michael.t.jones331.civ@us.navy.mil, cynthia.y.urias.civ@us.navy.mil)
 
Description
Southwest Regional Maintenance Center (SWRMC), Code 410A Procurement, intends to award a sole source purchase order to The Entwistle Company to provide Long Lead Time Material (LLTM) Retractable Bitt Assembly on board the USS HALSEY (DDG-97) in support of SWRMC Code 310. More specifically, the replacement parts must be compatible in all aspects (form, fit, and function) with the NAVSEA technical Manual S9582-BE-MMC-010 for the USS HALSEY (DDG-97) and The Entwistle Company is the only vendor authorized to manufacture and provide the required parts. The requirement will be processed in accordance with FAR part 12 & 13. The North American Industry Classification System (NAICS) Code is 332996, and the business size standard is 550 (# of employees).�The Entwistle Company is the original equipment manufacturer of the Retractable Bitt assembly on board the USS HALSEY (DDG-97). �The Entwistle Company does not have any authorized distributers. Furthermore, �The Entwistle Company (OEM) is the only authorized source to provide the required parts. This notice is neither a request nor a solicitation of offers; however, all information received after date of publication of this USS HALSEY (DDG-97) LLTM Retractable Bitt Assembly synopsis will be reviewed by the Government for future considerations. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Responses must provide clean and concise documentation indicating a vendor's bona fide capability to provide this product or equivalency. Requests must include company name, address, telephone number of the requester, e-mail address, Cage code, and business size.� �All information should be delivered via e-mail to�michael.t.jones331.civ@us.navy.mil and cynthia.y.urias.civ@us.navy.mil no later than 11:00 PM (PST), 18 SEP 2024. Information delivered by other than email will not be accepted. Certifications in the System for Award Management must be current and active to be eligible for contract award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b8101d8caae5455b920105cc54b39c72/view)
 
Place of Performance
Address: Hudson, MA 01749, USA
Zip Code: 01749
Country: USA
 
Record
SN07212128-F 20240918/240916230111 (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.