SOURCES SOUGHT
99 -- Wing Wall Roller Ratchet Capstan Sprang Clutch Assembly
- Notice Date
- 9/17/2025 3:34:14 PM
- Notice Type
- Sources Sought
- NAICS
- 333613
— Mechanical Power Transmission Equipment Manufacturing
- Contracting Office
- NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
- ZIP Code
- 92136
- Solicitation Number
- R2153351685201
- Response Due
- 9/22/2025 7:00:00 AM
- Archive Date
- 10/07/2025
- Point of Contact
- Chelsey Hernandez-Guevara
- E-Mail Address
-
chelsey.l.hernandez-guevara.civ@us.navy.mil
(chelsey.l.hernandez-guevara.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- **LARGE BUSINESSES DO NOT NEED TO RESPOND TO THIS NOTICE** A. PURPOSE: NAVSUP Fleet Logistics Center, San Diego (FLCSD) is conducting a market survey (MS) to identify interested and capable businesses, stimulate industry awareness and, gain feedback to improve the acquisition environment/process. Firms possessing the capabilities to supply the clutch assembly described in the attached Statement of Work (SOW) and information below are encouraged to respond. This is not a solicitation announcement. This notice is for planning purposes only and is not to be construed as a commitment by the Government. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Any information submitted by respondents to this notice is strictly voluntary. The Government will not award any contract based on the information received from this notice. The government will utilize information received from this notice to assist in acquisition planning and identifying small businesses� capabilities. The Government reserves the right to consider a set-aside for small businesses or one of the small business socioeconomic contracting programs (e.g., 8(a), HUBZone, service-disabled veteran-owned small business (SDVOSB), and women-owned small business (WOSB) including economically disadvantaged women-owned small businesses (EDWOSB)). Any resultant set-aside contract or task order for services will include the applicable clause at FAR 52.219-14 � Limitations on Subcontracting. Respondents (e.g., primes) intending to utilize subcontractors should provide information detailing how the prime will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities (SSEs), as defined within FAR 52.219-14. A respondent (prime) utilizing a subcontracting arrangement will need to have the infrastructure and resources in place to manage the entire contract, including all task orders (if applicable). ***PLEASE SEE ATTACHED FOR MORE DETAILS***
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7b46c72d26b142f7b0c250baa6ae9ed1/view)
- Place of Performance
- Address: San Diego, CA, USA
- Country: USA
- Country: USA
- Record
- SN07595102-F 20250919/250917230045 (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 |