Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2023 SAM #7718
SOURCES SOUGHT

19 -- Basic Ordering Agreement for Submarine Repair Parts for USS SEAWOLF (SSN 21) Class & USS VIRGINIA (SSN 774) Class

Notice Date
1/12/2023 12:41:15 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-R-23-024SubParts
 
Response Due
1/27/2023 2:00:00 PM
 
Point of Contact
Cara Poole, Phone: 2028267828, Joseph Strain, Phone: 7039949810
 
E-Mail Address
cara.l.poole.civ@us.navy.mil, joseph.r.strain4.civ@us.navy.mil
(cara.l.poole.civ@us.navy.mil, joseph.r.strain4.civ@us.navy.mil)
 
Description
This is a sources sought announcement per FAR 15.201. The Naval Sea Systems Command (NAVSEA) is conducting market research to determine industry capability and identify potential sources to provide SEAWOLF (SSN 21) and VIRGINIA (SSN 774) Class submarine specific shipbuilder coded stock and specialized materials in Fiscal Years 23 through 26. This requirement is to provide coded parts and specialized material(s) required to support operational submarine repair and/or maintenance needs, after the Defense Logistics Agency (DLA), Naval Supply Systems Command (NAVSUP), or other regular supply channels are exhausted. Any respondent must control an inventory management system and a stock of parts and supplies required for the above-mentioned submarine classes. Orders may be in support of NAVSEA, Intermediate Maintenance Facilities, Naval Submarine Support Facility (NSSF), Defense Logistics Agency (DLA), Navy Inventory Control Point (NAVICP), Supervisor of Shipbuilding (SUPSHIP), and/or various Naval Shipyards and their affiliated support facilities. Instructions to Interested Parties: Interested companies must submit, on company letterhead, a capability statement and notice of interest including the company name, Commercial and Government Entity (CAGE) code, mailing address, place of performance, and an appropriate point of contact information. Responses must also identify if the company is a large or small business. Responses must address the following information: 1.����������� Company Information: a. Provide number of employees employed by company, and annual revenue for the last 3 completed company fiscal years. b. Identify contracts within the last five (5) years with similar scope and provide brief overview of company responsibilities under the contract. 2.����������� Interested companies must also summarize their experience working under US Navy (USN) or Department of Defense (DoD) contracts to support the following activities and processes: a. Procurement and certification of Level 1, SUBSAFE and Fly By Wire Components b. Translate National Stock Numbers to components and sources c. Translate drawing number and/or part number to a Stock number for procurement d. Source and procure components for submarine maintenance or repairs All information in responses shall be unclassified. Interested companies shall respond to this notice with white papers sent as data files via email. White papers shall be limited to ten (10) pages. Email Response Instructions: Email Subject: Submarine Parts Sources Sought Response_COMPANY NAME Send Emails to: Cara L. Poole (Contracting Officer) �cara.l.poole.civ@us.navy.mil Disclaimer: This is a Sources Sought notice only. This request is for informational planning purposes and is not to be construed as a commitment by the Government for any actual procurement of materials or parts. This notice does not constitute a solicitation or a promise of a solicitation in the future. This request does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this request are solely at the responding parties� expense. It is desirable that data be received with unlimited rights to the Government. Nevertheless, it is recognized that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this notice will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this notice. Responses to the notice will not be returned. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a9911e66574e4e998a84654d3a34ebcb/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06563524-F 20230114/230112230113 (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.