SOURCES SOUGHT
J -- USS Indiana Scrubber PATS
- Notice Date
- 3/5/2025 4:06:48 PM
- Notice Type
- Sources Sought
- 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
- N32253-25-1210-0019
- Response Due
- 3/6/2025 1:00:00 AM
- Archive Date
- 03/20/2025
- Point of Contact
- Meagan Wong, Lyndon Paloma
- E-Mail Address
-
meagan.o.wong.civ@us.navy.mil, lyndon.g.paloma.civ@us.navy.mil
(meagan.o.wong.civ@us.navy.mil, lyndon.g.paloma.civ@us.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR QUOTES/PROPOSALS OR AN INVITATION TO BID. In accordance with Federal Acquisition Regulation (FAR) 10.002(b), this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation. This notice is to determine the availability of businesses to provide the required services. Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is seeking sources that are interested and capable of performing pier-side intrusive material inspections of CO2 Removal Units, Scrubber No. 1, and No. 2 onboard a Virginia Class submarine (VACL), with Submarine Maintenance Monitoring and Support Performance Monitoring Team (SMMS PMT) assistance under the on-site direction of PHNSY&IMF per the Draft Performance Work Statement (PWS) specifications. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611 - Shipbuilding and Repairing and the small business size standard is 1,300 employees. The Product Service Code is J020 � Maintenance, Repair, and Rebuilding of Equipment � Ship and Marine Equipment. This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred. If your organization has the capability of performing these services, please provide the following information: 1. Organization name, address, email address, website address, telephone number, size and type of ownership for the organization, CAGE code, SAM.gov unique entity ID; and 2. Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. To be evaluated for technical merit and capability, statements must be received by the stated deadline. In determining whether or not to compete this requirement, the Government has sole discretion. Submission Instructions: Interested parties who consider themselves qualified to perform requirements in accordance with the attached draft Performance Work Statement are invited to submit a response to this Sources Sought Notice by 5 March 2025 at 11:00PM HST. All questions and responses regarding this Sources Sought Notice must be emailed to the primary point of contact below.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b0ec9eb1c4d54edc8e9e33f98b902f39/view)
- Place of Performance
- Address: Groton, CT, USA
- Country: USA
- Country: USA
- Record
- SN07362389-F 20250307/250307070542 (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 |