Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 01, 2025 SAM #8436
SPECIAL NOTICE

20 -- USS GABRIELLE GIFFORDS (LCS-10) LLTM Thrust Bearing Sleeves

Notice Date
12/30/2024 9:42:52 AM
 
Notice Type
Special Notice
 
NAICS
332991 — Ball and Roller Bearing Manufacturing
 
Contracting Office
SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
 
ZIP Code
92136-5205
 
Solicitation Number
N5523625Q0027
 
Response Due
1/2/2025 11:00:00 AM
 
Archive Date
01/17/2025
 
Point of Contact
Valerie Manguiob, Phone: 6195080630, Cynthia Urias, Phone: 6197265741
 
E-Mail Address
valerie.p.manguiob.civ@us.navy.mil, cynthia.y.urias.civ@us.navy.mil
(valerie.p.manguiob.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 Defense Maritime Solutions, Inc to provide Long Lead Time Material (LLTM) Thrust Bearing sleeves on board the USS GABRIELLE GIFFORDS (LCS-10) in support of SWRMC Code 310B. More specifically, the replacement parts must be compatible in all aspects (form, fit, and function) with the existing Thrust Bearing sleeves on board the USS GABRIELLE GIFFORDS (LCS-10) and Defense Maritime Solutions, Inc 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 332991, and the business size standard is 1250 (# of employees). Defense Maritime Solutions, Inc is the original equipment manufacturer of the replacement parts for the Thrust Bearing sleeves on board the USS GABRIELLE GIFFORDS (LCS-10). This notice is neither a request nor a solicitation of offers; however, all information received after date of publication of this USS GABRIELLE GIFFORDS (LCS-10) Thrust Bearing sleeves 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 valerie.p.manguiob.civ@us.navy.mil and cynthia.y.urias.civ@us.navy.mil no later than 11:00 PM (PST), 02 JAN 2025. 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/8312c2464e8d410caad51564da9dff39/view)
 
Place of Performance
Address: San Diego, CA, USA
Country: USA
 
Record
SN07302375-F 20250101/241230230118 (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.