Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2020 SAM #6945
SOLICITATION NOTICE

J -- HPAC Model A++ Repair, Maintenance, & Overhaul

Notice Date
12/2/2020 2:26:11 PM
 
Notice Type
Presolicitation
 
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
N32253-21-R-0002
 
Response Due
12/17/2020 12:00:00 PM
 
Archive Date
01/01/2021
 
Point of Contact
Joseph P Stephenson, Joel Auer
 
E-Mail Address
joseph.p.stephenson1@navy.mil, Joel.Auer@navy.mil
(joseph.p.stephenson1@navy.mil, Joel.Auer@navy.mil)
 
Description
The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) intends to solicit and negotiate a sole source indefinite delivery/indefinite quantity (IDIQ) contract under the authority of 10 U.S.C.2304(c)(1) and in accordance with FAR 6.302-1(a)(2). PHNSY & IMF intends to solicit Curtiss-Wright Electro-Mechanical Corporation for maintenance, repair, and overhaul work on United States Navy Los Angeles Class (SSN-688) submarine model A++ High Pressure Air Compressors (HPACs). A++ maintenance requirements will consist of Grooms, Air End Overhauls, Removals, and Installations (see attached specifications). The contract may also contain a line item for transient United States Navy Ohio Class (SSBN/SSGN) submarine model 13NL45 HPACs. Curtiss-Wright Electro-Mechanical Corporation is the original equipment manufacturer (OEM) and is certified to perform maintenance on the HPAC systems. In accordance with DFARS PGI 206.302-1, a sources sought notice (ID# N32253-21-R-0002) was posted to the Government Point of Entry (GPE), beta.sam.gov, from 28OCT2020 � 12NOV2020 to determine whether other sources could satisfy this requirement. The Government received one response from an interested vendor, but the interested vendor did not possess capability to perform the requirements. The Government received no other responses from industry indicating capability in performing the requirements. This pre-solicitation notification�does not constitute a request for proposals. Submission of any information in response to this notification is purely voluntary and the Government does not assume financial responsibility for any costs incurred.��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/763d2f273996423aa18bb8f1624e9f50/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN05864592-F 20201204/201202230137 (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.