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

99 -- Relocation and Reinstallation of Teradyne MSRA

Notice Date
4/24/2025 12:52:50 PM
 
Notice Type
Sources Sought
 
Contracting Office
PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
N32253-AMS-25-950-0001
 
Response Due
5/1/2025 2:00:00 PM
 
Archive Date
05/16/2025
 
Point of Contact
Colby Teruya, Lyndon Paloma
 
E-Mail Address
colby.m.teruya.civ@us.navy.mil, lyndon.g.paloma.civ@us.navy.mil
(colby.m.teruya.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 through full and open competition to provide the required services. Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is seeking sources that are interested in and capable of providing services to relocate, reinstall, and test one (1) Teradyne Spectrum Module Test System per Draft Performance Work Statement (PWS) specifications. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811210 - Electronic and Precision Equipment Repair and Maintenance and the small business size standard is $34 million. The Product Service Code is J059 - Maint/Repair/Rebuild Of Equipment- Electrical And Electronic Equipment Components. This request for capability information does not constitute a request for quote. 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: 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 Submit a tailored capability statement addressing the requirements stated in the PWS, with appropriate documentation supporting claims of organizational and staff capability. A capability statement that does not address the PWS and this notice's requirements will not be considered. 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, responses must be received by the stated deadline. In determining whether or not to compete this requirement, the Government has sole discretion. Submission Instructions: Submit a response to this Sources Sought Notice by 11:00 AM HST on 1 May 2025, to include the required documents stated above. All questions and responses regarding this Sources Sought Notice must be emailed to the point of contacts below.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0d82c350b18e44a3a5d29f7d6ff25a99/view)
 
Place of Performance
Address: JBPHH, HI, USA
Country: USA
 
Record
SN07421386-F 20250426/250424230055 (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.