Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2025 SAM #8460
SPECIAL NOTICE

53 -- Special Notice: Intent to Sole Source - USS MUSTIN (DDG 89) END SEAL HOUSING

Notice Date
1/23/2025 12:03:59 PM
 
Notice Type
Special Notice
 
NAICS
339991 — Gasket, Packing, and Sealing Device Manufacturing
 
Contracting Office
SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
 
ZIP Code
92136-5205
 
Solicitation Number
N5523625Q0015
 
Response Due
1/28/2025 11:00:00 AM
 
Archive Date
02/12/2025
 
Point of Contact
Scott Quiambao, Phone: 6195561336, Ricardo Barraza-Cobos, Phone: 6197265445
 
E-Mail Address
scott.s.quiambao.civ@us.navy.mil, ricardo.barraza-cobos.civ@us.navy.mil
(scott.s.quiambao.civ@us.navy.mil, ricardo.barraza-cobos.civ@us.navy.mil)
 
Description
Southwest Regional Maintenance Center (SWRMC), Code 410A Procurement, intends to award a sole source purchase order to Kingsbury Inc. for Long Lead Time Material (LLTM) replacement parts to support the USS MUSTIN (DDG 89) END SEAL HOUSING in support of SWRMC Code 320. This material must be compatible in all aspects (form, fit, and function) with the existing systems presently installed on board the USS MUSTIN. Kingsbury Inc. is the Original Equipment Manufacturer (OEM) with no authorized distributors and is the sole provider for the Navy. The requirement will be processed in accordance with FAR part 12 and FAR part 13. The North American Industry Classification System (NAICS) Code is 339991 � Gasket, Packing, and Sealing Device Manufacturing, and the business size standard is 600 (# of employees). Kingsbury Inc. is the original equipment manufacturer (OEM) and has proprietary rights over the drawing used to design, manufacture, and distribute the material. The required parts must have the same form, fit, and function capability for proper installation. Therefore, it is imperative that these parts are procured from the OEM, Kingsbury Inc. 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 scott.s.quiambao.civ@us.navy.mil and Ricardo.barraza-cobos.civ@us.navy.mil no later than 11:00 AM (PST), 28 January 2025. 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/3fd63d758d14448889eabbddd469bb6b/view)
 
Place of Performance
Address: National City, CA 91950, USA
Zip Code: 91950
Country: USA
 
Record
SN07320838-F 20250125/250123230059 (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.