SPECIAL NOTICE
41 -- USS HALSEY (DDG-97) - Replacement parts for overhaul of Air Conditioning Variable Geometry Diffuser (VGD) Actuator
- Notice Date
- 9/4/2024 9:47:08 AM
- Notice Type
- Special Notice
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
- ZIP Code
- 92136-5205
- Solicitation Number
- N5523624Q0117
- Response Due
- 9/6/2024 11:00:00 AM
- Archive Date
- 09/21/2024
- Point of Contact
- Jennifer Gomez, Phone: 6198797716, Cynthia Urias, Phone: 6197265741
- E-Mail Address
-
jennifer.h.gomez.civ@us.navy.mil, cynthia.y.urias.civ@us.navy.mil
(jennifer.h.gomez.civ@us.navy.mil, cynthia.y.urias.civ@us.navy.mil)
- Description
- Southwest Regional Maintenance Center (SWRMC), Code 410A Procurement, intends to compete among the Original Equipment Manufacturer (OEM) Johnson Controls, as brand name to include authorized subsidiary divisions to provide Long Lead Time Material (LLTM) replacement parts for overhaul of the Air Conditioning Plant Number 4 Variable Geometry Diffuser (VGD) Actuator in support the USS HALSEY (DDG-97). More specifically, replacement parts must be compatible in all aspects (form, fit, and function) with the existing Air Conditioning VGD Actuator on board the USS HALSEY (DDG-97). Johnson Controls is the original equipment manufacturer of the replacement parts for overhaul of Air Conditioning Plant Number 4 Variable Geometry Diffuser Actuator on board the USS HALSEY (DDG-97). The requirement will be processed in accordance with FAR part 12 and 13. The North American Industry Classification System (NAICS) Code is 333415 � Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing is 1,250 (# of employees).� 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 jennifer.h.gomez.civ@us.navy.mil and cynthia.y.urias.civ@us.navy.mil no later than 11:00 AM (PST), 06 September 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/af12d2185f2e47f597c868840a29a323/view)
- Place of Performance
- Address: San Diego, CA 92136, USA
- Zip Code: 92136
- Country: USA
- Record
- SN07196925-F 20240906/240904230110 (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 |