SOLICITATION NOTICE
20 -- USNS ALAN SHEPARD LTFW COOLER PLATES
- Notice Date
- 1/30/2015
- Notice Type
- Presolicitation
- NAICS
- 332410
— Power Boiler and Heat Exchanger Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N32205-15-T-3483
- Archive Date
- 3/3/2015
- Point of Contact
- James M. Van Natta, Phone: 757 443 5949
- E-Mail Address
-
james.vannatta@navy.mil
(james.vannatta@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- MILITARY SEALIFT COMMAND, N10 - CONTRACTS AND BUSINESS MANAGEMENT DIRECTORATE PRESOLICITATION SYNOPSIS 1. Action Code: Presolicitation 2. Date: 9 Jan 2015 3. Year: Fiscal Year 2015 4. Contracting Office Zip Code: 23511 5. Classification Code: 2090 6. Contracting Office Address: 471 East C Street Norfolk, VA 23511 7. Subject: USNS ALAN SHEPARD LTFW COOLER PLATES 8. Proposed Solicitation Number: N32205-15-T-3483 9. Closing Response Date: TBD 10. Contact Point or Contracting Officer: Jim Van Natta, james.vannatta@navy.mil, (757) 443-5949 11. Contract Award and Solicitation Number: Contract Award TBD, Solicitation Number N32205-15-T-3483 12. Contract Award Dollar Amount: TBD 13. Contract Line Item Number TBD 14. Contract Award Date: TBD 15. Contractor: TBD 16. Description: a. National Stock Number (NSN) N/A b. Model VT2508 Plate Cooler Titanium Complete plate pack with EPDM gaskets (Total of 355 plates) c. Manufacturer, including part number, drawing number, etc. Part Number 100050100 d. Size, dimensions, or other form, fit or functional description: Plates must fit Model VT2508 Plate Cooler e. Predominant material of manufacture: Titanium f. Quantity, including any options for additional quantities: 1 complete set g. Unit of issue: Set h. Destination information: N40443 MSC BATS Warehouse, San Diego, CA i. Delivery schedule: 15 JULY 2015 j. Duration of the contract period: N/A k. Sustainable acquisition requirements (See Far Parts 23 and 36) l. If action is >$25,000 but ≤SAT, provide: i) FAR 13.5 Test Program ii) The anticipated award date: 15 March 2015 m. For Architect-Engineer projects and other projects for which the supply or service codes are insufficient, provide brief details with respect to; applicable NAICS, PSC/FSC, location, scope of services required, cost range and limitations, type of contract, estimated starting and completion dates, and any significant evaluation factors: NAIC 332410 n. If the bracketed statements apply to this procurement, insert the following statements: N/A o. If this is a noncompetitive contract action (including actions <SAT) identify the intended source and insert a statement of the reason justifying the lack of competition. This is a Brand Name requirement with only two known sources. p. [When using sole source authority at FAR 6.302-1] N/A q. [Except when using the sole source authority at FAR 6.302-1] N/A r. If solicitation will not be made available through the GPE, provide information on how to obtain the solicitation. N/A s. If solicitation will be made available to interested parties through electronic data interchange, provide any information necessary to obtain and respond to the solicitation electronically. https://www.fbo.gov t. If technical data required to respond to the solicitation will not be furnished as part of such solicitation, identify the source in the Government from which the technical data may be obtained. 17. Place of Contract Performance: BATS Warehouse San Diego, CA 92123 18. Set-aside Status: It is expected two small businesses will provide a proposal for this requirement. This should be a small business set-aside. 19. Rationale for Small Business Strategy (as required by ASN(RDA) Memorandum, Improving Communications During the Market Research Process, dated 2 June 2014): Market research in SAM for the OEM and the only known authorized OEM representative indicates that both are small businesses and thus this is a small business set-aside. The MSC Small Business Office concurs with the determination.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f3f4afc1b1d3449321947696cbabf01f)
- Record
- SN03629464-W 20150201/150130234808-f3f4afc1b1d3449321947696cbabf01f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |