Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 30, 2024 SAM #8159
SPECIAL NOTICE

99 -- USS MUSTIN (DDG-89) Helicopter Hanger Door (HHD) Replacement Parts (LLTM)

Notice Date
3/28/2024 11:43:38 AM
 
Notice Type
Special Notice
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
 
ZIP Code
92136-5205
 
Solicitation Number
N5523624Q0082
 
Response Due
4/1/2024 1:00:00 PM
 
Archive Date
04/16/2024
 
Point of Contact
Kaylee DiCamillo, Phone: 6193816189, Cynthia Urias, Phone: 6197265741
 
E-Mail Address
kaylee.dicamillo.civ@us.navy.mil, cynthia.y.urias.civ@us.navy.mil
(kaylee.dicamillo.civ@us.navy.mil, cynthia.y.urias.civ@us.navy.mil)
 
Description
Southwest Regional Maintenance Center (SWRMC), Code 410A Procurement, intends to award a sole source purchase order to Jered LLC to provide Long Lead Time Material (LLTM) upgraded direct replacement parts for the port and starboard side Helicopter Hanger Doors (HHD) on board the USS MUSTIN (DGG-89) in support of SWRMC Code 322C. More specifically, the replacement parts must be compatible in all aspects (form, fit, and function) with the existing HHD on board the USS MUSTIN and Jered LLC is the only vendor authorized to manufacture and provide the required parts. The requirement will be processed in accordance with FAR part 13. The North American Industry Classification System (NAICS) Code is 332321, and the business size standard is 750 (# of employees).� Jered LLC is the original equipment manufacturer of the replacement parts for the HHD on board the USS MUSTIN. Jered LLC does not have any authorized distributers. Furthermore, Jered LLC (OEM) is the only authorized source to provide the required parts. This notice is neither a request nor a solicitation of offers; however, all information received after date of publication of this synopsis will be reviewed by the Government for future considerations. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Responses must provide clean and concise documentation indicating a vendor's bona fide capability to provide this product or equivalency. Requests must include company name, address, telephone number of the requester, e-mail address, Cage code, and business size.�� All information should be delivered via e-mail to kaylee.a.dicamillo.civ@us.navy.mil and cynthia.y.urias.civ@us.navy.mil no later than 1:00 PM (PST), 01 April 2024. Information delivered by other than e-mail will not be accepted. Certifications in the System for Award Management must be current and active to be eligible for contract award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f2c5d72799d74e50b7890a04d9226716/view)
 
Place of Performance
Address: San Diego, CA 92136, USA
Zip Code: 92136
Country: USA
 
Record
SN07012073-F 20240330/240328230040 (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.