Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 04, 2024 SAM #8286
SOURCES SOUGHT

J -- N32253-24-026

Notice Date
8/2/2024 5:07:52 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
N32253-24-026
 
Response Due
8/9/2024 11:00:00 AM
 
Archive Date
08/24/2024
 
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)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
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 and Intermediate Maintenance Facility (PHNSY & IMF) is a U.S. Naval regional industrial center that maintains, overhauls, and repair vessels of the U.S. Navy. Its industrial operations provide U.S. Naval forces with a wide range of services and resources located on the island of Oahu, Hawaii, with direct and indirect support submarines, surface vessels, and shore based activities in the Pacific. PHNSY&IMF seeks a Contractor to perform on-site emergency service and preventive maintenance (PM) of its Scanning Electron Microscope (SEM) to ensure reliable and uninterrupted service. This asset provides highly specialized micro analytical data for emergent investigations such as failure mode studies and characterization of unknown materials. Its complexity requires compatible, performance verified materials and technically competent service engineers to maintain optimum performance. Services must be provided in a timely manner, as analytical downtime impacts the mission essential functions of U.S. naval vessel and shore-based commands. 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 26 September 2024 � 25 September 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 08:00 HST on 09 August 2024.� All questions and responses regarding this Sources Sought Notice must be emailed to the primary point of contact. Attachments PWS
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/95700398051144c78ff28349ac30e5cb/view)
 
Place of Performance
Address: JBPHH, HI, USA
Country: USA
 
Record
SN07155170-F 20240804/240802230123 (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.