SOURCES SOUGHT
J -- Shore Service Port Door Parts - Statement of Work
- Notice Date
- 9/8/2017
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Mid-Atlantic Regional Maintenance Center - N50054, PO Box 215, Building 51, 2nd Floor, Portsmouth, Virginia, 23705-0215, United States
- ZIP Code
- 23705-0215
- Solicitation Number
- N50054-17-R-0034
- Archive Date
- 9/13/2017
- Point of Contact
- Michael Krewinghaus, , Wendell D. Davis,
- E-Mail Address
-
Michael.Krewinghaus@navy.mil, wendell.davis@navy.mil
(Michael.Krewinghaus@navy.mil, wendell.davis@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work - N50054-17-R-0034 1. Action Code: Sources Sought/Synopsis 2. Date: 8 September 2017 3. Year: Fiscal Year 2017 4. Contracting Office Zip Code: 23511 5. Product or Service Code: J998 6. Contracting Office Address: 9727 Avionics Loop Norfolk, Virginia 23511 United States 7. Subject: Repair Parts Shore Service Port Door 8. Proposed Solicitation #: N/A Proposed Award #: TBD 9. Closing Response Date: 12 September 2017 10. Contact Point: Michael Krewinghaus; Michael.krewinghaus@navy.mil 11. Contract Award #: TBD Contract Solicitation #: TBD 12. Contract Award Dollar Amount: TBD 13. CLIN: CLIN 0001 14. Contract Award Date: TBD 15. Contractor: Jered, LLC 16. Description: Mid-Atlantic Regional Maintenance Center (MARMC) intends to solicit and award a Firm-Fixed Price (FFP) Purchase Order to the responsible vendor capable of supplying and delivering the required items as identified in the attached Statement or Work, brand name or equal. Each response to this notice must clearly indicate the capability of the offeror to meet all specifications and requirements. Responses to this solicitation are due by 02:00PM EST on September 12, 2017. Responses shall be emailed to Mr. Michael Krewinghaus at Michael.krewinghaus@navy.mil. The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources capable of providing: CLIN 0001: Shore Service Port Door Replacement Parts IAW the attached SOW Unit of Measure: Group Quantity: 1 ***Offerors are instructed to review the attached Statement of Work (SOW) for the exact material which is required.*** The Government believes Jered LLC is the only source that currently possesses sufficient requisite knowledge, engineering expertise, and technical data required to manufacture the required items. It is believed no other supplies or services satisfy the Government's requirement. This synopsis is published for informational purposes and does not constitute a request for competitive proposals. Interested parties may identify their interest and capability by submitting a written response to Michael.krewinghaus@navy.mil no later than 12 September 2017. The written response shall provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising quality, accuracy, reliability and schedule. The capability statement shall be submitted in MS WORD or Adobe PDF form as an email attachment. The Government will consider all capability statements received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. There are no commitments by the Government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contact. No telephone responses will be accepted. No hard copies of the solicitation will be mailed. Parts shall be delivered and accepted at FOB Destination, and the required delivery date is 3 February 2018. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/SAM/#1 17. Place of Contract Performance: The required material shall be delivered to: DLA Distribution Norfolk RMC PROJ Bunker Hill Towaway Building X136 Norfolk, VA 23511 M/F: Cheryl Harris 757-705-3855 18. Set-aside Status: It is anticipated the resulting Purchase Order for the Governments requirement shall be awarded under NAICS 336611 on an unrestricted basis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f4fa940f36c2524565dd6feb31b63d6f)
- Place of Performance
- Address: DLA Distribution Norfolk RMC PROJ, Bunker Hill Towaway Building X136, Norfolkd, Virginia, 23511, United States
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN04668963-W 20170910/170908231958-f4fa940f36c2524565dd6feb31b63d6f (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 |