MODIFICATION
J -- AC Plant Tech Support
- Notice Date
- 12/6/2024 3:06:59 PM
- Notice Type
- Solicitation
- 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
- N32253-25-Q-0002
- Response Due
- 12/16/2024 9:00:00 AM
- Archive Date
- 12/31/2024
- Point of Contact
- Reid Saito, Evangeline Calaustro
- E-Mail Address
-
reid.y.saito.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil
(reid.y.saito.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil)
- Description
- The primary mission of Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is to deliver regional maintenance, at the depot and intermediate levels, to keep the surface ships and submarines of our nation's Navy ""Fit to Fight."" As Hawaii�s regional maintenance center, capabilities include excellence in overhauling, repairing, converting, alteration, refurbishing, and decommissioning of Navy vessels. Under the authority 10 U.S.C.2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1, PHNSY &IMF intends to award a sole source contract to Johnson Controls, Inc. to provide onsite technical services to operationally test/troubleshoot AC Plant #1 and #2 onboard a submarine at PHNSY & IMF. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611 - Ship Building and Repairing . The size standard 1,3000. The Product Service Code is J020-MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT 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) 2025-01, DFARS 11/25/2024, and NMCARS 18-25. The anticipated Period of Performance is 03/31/2025 � 05/16/2025. Please note the following: *This solicitation is available upon request only. Please email both the primary and secondary point of contacts listed in this posting to obtain this solicitation.* Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). Offers need to include a completed copy of the provision at FAR 52.204-24, 52.204-26, and 52.212-3. No telephonic responses will be accepted. Quotes are due no later than MONDAY, 12/16/2024, 7:00 a.m. HST. Quotes must be sent via email to both the primary and secondary points of contact.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eee9aa07837e46e7b02a1dbd1795ef5d/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN07284286-F 20241208/241206230103 (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 |