Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2025 SAM #8552
SOURCES SOUGHT

J -- AUTOCLAVE MAINTENANCE

Notice Date
4/24/2025 10:26:08 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
N32253-25-950-0003
 
Response Due
5/1/2025 3:00:00 PM
 
Archive Date
05/16/2025
 
Point of Contact
Kelliann Shimote, Phone: 80847380002868
 
E-Mail Address
kelliann.a.shimote.civ@us.navy.mil
(kelliann.a.shimote.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 for bids. 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 small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Business and Woman Owned Small Business) to provide the required services. Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) requires an authorized ASC Process Systems Control Engineer or Service Technician to provide on-site Preventative Maintenance (PM) and any additional support and evaluation for the ASC Process Systems Autoclave, serial #11165 to certify it is performing to manufacturer specifications and operational to perform External Hydrostatic Pressure testing. Refer to the attached PWS for more details. The Contractor shall provide on-site PM for the ASC Process Systems Autoclave, serial #11165. To certify the Autoclave is performing to manufacture specifications. The work is to be completed on one site visit. Telephone and email support, up to two site visits to include but not limited to CPC software revisions, software modifications, repairs, Autoclave modifications if required, annual preventative maintenance services per the manufacture task list. Travel is required by the Contractor to fulfill the requirements of this PWS. The Contractor is required to make all travel arrangements, in accordance with the DOD Joint Travel Regulations (JTR). The Contractor shall be reimbursed for allowable travel expenses in accordance with Federal Acquisition Regulations (FAR) and (JTR). The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance; the size standard for this NAICS is $12.5 million. Product Service Code is J049 Maintenance, Repair and Rebuilding of Equipment: Maintenance and Repair Shop 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 complete 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 12:00PM HST, 01 MAY 2025. All questions and responses regarding this Sources Sought Notice must be emailed to kelliann.a.shimote.civ@us.navy.mil and lyndon.g.paloma.civ@us.navy.mil. Attachment: PWS
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/30db5a7d4c074b46b79906e38acef45e/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN07421290-F 20250426/250424230054 (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.