SOURCES SOUGHT
J -- Fairwater Baffle
- Notice Date
- 5/20/2021 4:02:03 PM
- 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
- N32253-21-Q-0050
- Response Due
- 5/24/2021 1:00:00 PM
- Archive Date
- 06/08/2021
- Point of Contact
- Lynn Imperial, Phone: 8084738000
- E-Mail Address
-
lynn.imperial@navy.mil
(lynn.imperial@navy.mil)
- Description
- The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is seeking sources that are interested and capable of providing Repair Services for Vulcanized Rubber on the Fairwater Baffle.� �The Contractor shall provide all management, labor, tools, materials, supplies, equipment and transportation to repair the Fairwater Baffle as defined in the attached DRAFT Performance Work Statement. Under the authority 10 U.S.C.2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1, Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) seeks a Contractor to repair services for the Fairwater Baffle.� The rubber layer attached to the flood grates is to be similar and equivalent to BC-165-2 Neoprene. The Government is not aware of any other contractors Currently Goodrich Corp is the only vendor having red lead neoprene rubber (which is HAZMAT) which meets the BC?165?2 specification.� Additional details and specifications can be found in the attached DRAFT PWS. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811310. The small business size standard for this NAICS code is $8,000,000. The Product Service Code is J020 � Maintenance, Repair, & Rebuilding of Equipment � Ship & Marine Equipment. This is request for capability information does not constitute a request for quotation. Any interested party that believes it can satisfy this requirement may submit a written capability statement to the primary point of contact. The government assumes no financial responsibility for any cost incurred. Telephonic responses are not allowed. To be evaluated for technical merit and capability, statements must be received by the stated deadline. 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, DUNS number; 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 to the attached draft Performance Work Statement are invited to submit a response to this Sources Sought Notice by 1000 HST 24 May 2021. All questions and responses regarding this Sources Sought Notice must be emailed to lynn.imperial@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ed81da10685f4a6b851e19fba870e6c8/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN06009180-F 20210522/210521201533 (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 |