Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2022 SAM #7457
SOURCES SOUGHT

J -- Stratasys 3D Printer, Fortus 360MC

Notice Date
4/29/2022 2:01:49 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
N3225322Q0052
 
Response Due
5/6/2022 11:00:00 AM
 
Point of Contact
Michelle Sato, Phone: 8084738000, Megan Ho, Phone: 8084738000
 
E-Mail Address
michelle.sato@navy.mil, megan.ho@navy.mil
(michelle.sato@navy.mil, megan.ho@navy.mil)
 
Description
The primary mission of Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is to deliver regional maintenance, at the depot and intermediate levels, to keep the surface ships and submarines of our nation�s Navy �Fit to Fight.�� As Hawaii�s regional maintenance center, capabilities include excellence in overhauling, repairing, converting, alteration, refurbishing, and decommissioning of Navy vessels. Under the authority 10 U.S.C.2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1, PHNSY & IMF intends to award a sole source contract to Stratasys, Inc. to perform annual maintenance, refurbishment, calibration, updates, and certification to ensure performance to specifications for 1(ea.) Stratasys 3-D printer, Fortus model 360MC (with large envelope), serial number T2736. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811219; the size standard for this NAICS is $22.0 million. Product Service Code is J049 � Maint/Repair/Rebuild 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, 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 08:00AM HST, 06 May 2022.� All questions and responses regarding this Sources Sought Notice must be emailed to michelle.sato@navy.mil and megan.ho@navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c4ee1197479c490f8cbbaef5e1f1c7c9/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06313093-F 20220501/220429230101 (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.