Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2025 SAM #8668
SOURCES SOUGHT

29 -- USMC Expeditionary Fuel Distribution System (components)

Notice Date
8/18/2025 5:56:48 AM
 
Notice Type
Sources Sought
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
Contracting Office
NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
 
ZIP Code
32407-7001
 
Solicitation Number
N61331-25-SN-Q50
 
Response Due
9/1/2025 10:00:00 AM
 
Archive Date
09/16/2025
 
Point of Contact
Frances J. Negr�n
 
E-Mail Address
frances.j.negron.civ@us.navy.mil
(frances.j.negron.civ@us.navy.mil)
 
Description
The purpose of this Sources Sought notice is to comply with Defense Federal Acquisition Regulation Supplement 206.302-1(d) posting requirement. The Naval Surface Warfare Center Panama City Division (NSWC PCD) Requirements Indefinite Delivery � Indefinite Quantity (IDIQ) contract, on a sole source basis, to Ohler Pumps, A Division of WS Darley, 501 Maple Street, Janesville, IA 50647 (CAGE Code 00299 - small business), for the acquisition of pumps and filters. These pumps and filters have been identified by the Fuel & Water team at MARCORSYSCOM and are deemed critical to obtain, as they are specially designed and modified to operate fielded Expeditionary Fuel Distribution Systems (EFDS) RA2103 Pump and RA2101 Filter. The estimated duration of the contract is estimated at five years, including a base ordering period with four additional option ordering periods. The Government�s minimum needs have been verified by the certifying technical and requirements personnel. The procurement will be funded with fiscal years 2026 � 2031 Other Procurement, Navy (OPN) funds. TDelivery requirements will be specified in the individual delivery orders. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. It is intended that no solicitation will be available for this procurement. However, information provided herein is subject to change and in no way binds the Government to solicit or award a contract. The Government is not obligated and will not pay for preparation of responses to this notice. SUBMISSION CONTENT: Written responses are requested to be no more than 10 single-spaced, 8.5 x 11-inch pages using 12-point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base. b) NSWC PCD requests that companies respond by submitting (1) a summary outline and capabilities statement showing how requirements (summarized above) for the acquisition of interim production and technical support for the LCAC100 class lift fan systems. (2) contract numbers and descriptions for similar type work and products as evidence of capabilities; (3) a description of your company's experience and performance of similar contracts, including whether any of these have CPARs ratings. This description shall address and demonstrate, through prior and/or current experience, an understanding of this requirement; (4) any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. Submit responses to Frances Negr�n, Contract Specialist, via e-mail at frances.j.negron.civ@us.navy.mil This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of the Government�s capability assessment.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/adfd6b4882e84d609c52c0c1512c8b18/view)
 
Place of Performance
Address: Janesville, IA 50647, USA
Zip Code: 50647
Country: USA
 
Record
SN07555885-F 20250820/250818230053 (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.