SOLICITATION NOTICE
20 -- JP-5 Eaton Cutler Hammer Electrical Upgrade Components
- Notice Date
- 8/13/2015
- Notice Type
- Presolicitation
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N32205-15-T-3830
- Archive Date
- 8/31/2016
- Point of Contact
- Douglas Jones, Phone: 757 433 5882, John Scott Harrison, Phone: 757 443 5919
- E-Mail Address
-
douglas.jones3@navy.mil, john.harrison@navy.mil
(douglas.jones3@navy.mil, john.harrison@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- MILITARY SEALIFT COMMAND N10 - CONTRACTS AND BUSINESS MANAGEMENT DIRECTORATE PRESOLICITATION SYNOPSIS TEMPLATE Military Sealift Command Synopsis 1. Action Code: Presolicitation 2. Date: August 13, 2015 3. Year: Fiscal Year FY16 funding 4. Contracting Office Zip Code: 23511 5. Classification Code: 2030 6. Contracting Office Address: 471 East C Street 7. Subject: Electrical Panels, breakers and additional electrical parts for JP 5 pump upgrades 8. Proposed Solicitation Number: N32205-15-T-3830 9. Closing Response Date: TBD 10. Contact Point or Contracting Officer: Doug Jones, douglas.jones3@navy.mil, 757-705-4483 11. Contract Award and Solicitation Number: TBD 12. Contract Award Dollar Amount: TBD 13. Contract Line Item Number TBD 14. Contract Award Date: TBD 15. Contractor: TBD 16. Description: Military Sealift Command-Norfolk intends to award a firm fixed priced brand name sole source purchase order for Electrical Panels, breakers and additional electrical parts for the T-AKE class vessels. Full details will be included in the solicitation. a. National Stock Number (NSN) if assigned N/A b. Specification and whether an offeror, its product, or service must meet qualification requirement in order to be eligible for award, and identification of the office from which additional information about the qualification requirement may be obtained (see FAR Subpart 9.2) N/A c. Manufacturer, including part number, drawing number, etc. N/A d. Size, dimensions, or other form, fit or functional description N/A e. Predominant material of manufacture N/A f. Quantity, including any options for additional quantities N/A g. Unit of issue N/A h. Destination information N/A i. Delivery schedule N/A j. Duration of the contract period N/A k. Sustainable acquisition requirements (See Far Parts 23 and 36) N/A l. If action is >$25,000 but ≤SAT, provide: i) A description of the procedures to be used in awarding the contract (e.g., request for oral or written quotation or solicitation, FAR part); and ii) The anticipated award date m. For Architect-Engineer projects and other projects for which the supply or service codes are insufficient, provide brief details with respect to; applicable NAICS, PSC/FSC, location, scope of services required, cost range and limitations, type of contract, estimated starting and completion dates, and any significant evaluation factors. N/A n. If the bracketed statements apply to this procurement, insert the following statements: i) [If solicitation will include FAR clause at 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act, or an equivalent agency clause] One or more of the items under this acquisition is subject to Free Trade Agreements. N/A ii) [If the solicitation will include FAR clause at 52.225-5, Trade Agreements, or an equivalent agency clause] One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. N/A iii) [If the solicitation will include FAR clause at 52.225-11, Buy American Act - Construction Materials Under Trade Agreements, 52.225-23, Required Use of American Iron, Steel, and Manufactured Goods - Buy American Act - Construction Materials Under Trade Agreements, or an equivalent agency clause] One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. N/A o. If this is a noncompetitive contract action (including actions <SAT) identify the intended source and insert a statement of the reason justifying the lack of competition p. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. q. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. r. If solicitation will not be made available through the GPE, provide information on how to obtain the solicitation. N/A s. If solicitation will be made available to interested parties through electronic data interchange, provide any information necessary to obtain and respond to the solicitation electronically. N/A t. If technical data required to respond to the solicitation will not be furnished as part of such solicitation, identify the source in the Government from which the technical data may be obtained. N/A 17. Place of Contract Performance: Items will be delivered to MSC Warehouse W 143, 1968 Gilbert St., Norfolk, VA 23511 18. Set-aside Status: This procurement will be conducted under full and open competition. 19. Rationale for Small Business Strategy (as required by ASN(RDA) Memorandum, Improving Communications During the Market Research Process, dated 2 June 2014): Non-manufacturing rule applies.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/11b22b46c638f50de920cbc84c17b69f)
- Place of Performance
- Address: Part to be delivered to MSC Warehouse W 143, 1968 Gilbert Street, Norfolk, Virginia, 23511, United States
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN03838652-W 20150815/150814000659-11b22b46c638f50de920cbc84c17b69f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |