SOURCES SOUGHT
J -- JOINT OIL ANALYSIS PROGRAM (JOAP) INSTRUMENTS PREVENTATIVE MAINTENANCE
- Notice Date
- 5/9/2024 4:33:13 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
- ZIP Code
- 96860-5033
- Solicitation Number
- N32253-24-032
- Response Due
- 5/13/2024 5:00:00 PM
- Archive Date
- 05/28/2024
- Point of Contact
- Malia Hutton, Evangeline Calaustro
- E-Mail Address
-
malia.e.hutton.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil
(malia.e.hutton.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil)
- Description
- This is a Sources Sought Notice for information only.�� This is not a request for quotes/proposals or an invitation for bids. In accordance with Federal Acquisition Regulation (FAR) 10.002(b), this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation.� This notice is to determine the availability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Business and Woman Owned Small Business) to provide the required services. Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is a US Navy regional industrial center that maintains, overhauls and repairs various vessels of the US Navy.� Its industrial operations provide the US naval forces with a wide range of services and resources located on the island of Oahu, Hawaii, with direct and indirect support to submarines, surface vessels and shore based activities in the Pacific.�The Joint Oil Analysis Program (JOAP) laboratory at PHNSY & IMF performs physical-chemical analyses for condition monitoring of oil-wetted components of military equipment deployed throughout this area. The laboratory routinely monitors 11,000 individual components of ground equipment, ships (surface and submarines), and aircraft. PHNSY&IMF seeks a contractor to perform on-site calibration and preventive maintenance (PM) on three (3) HIAC HRLD-100 Sensors and Counter Consoles that are Government furnished equipment, in accordance with current Original Equipment Manufacturer (OEM) guidelines. The scope of the PM includes cleaning, adjustments, modifications, calibration, replacement of OEM recommended parts, and functional/operational tests. Particle counters are to be vendor calibrated at six-month intervals. Per ISO 11171, the time interval between successive calibrations is not to exceed a year. Additional details and specifications can be found in the attached draft Performance Work Statement (PWS). This requirement is for a base plus 4 option years. The tentative Performance Period is from 4 July 2024 � 3 July 2029. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811210 Electronic and Precision Equipment Repair and Maintenance. The Product Service Code is J099, Lease Or Rental Of Equipment- Materials Handling 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: Organization name, address, email address, website address, telephone number, size and type of ownership for the organization, CAGE code, SAM Unique Entity number; and 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 02:00 HST on 13 May 2024.� All questions and responses regarding this Sources Sought Notice must be emailed to the primary point of contact.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/05c82d2cca9c4956a89632b26895e807/view)
- Place of Performance
- Address: JBPHH, HI, USA
- Country: USA
- Country: USA
- Record
- SN07059289-F 20240511/240509230050 (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 |