Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOLICITATION NOTICE

J -- Plant Parts and Maintenance with 4 Option Years

Notice Date
2/12/2018
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893618Q0085
 
Archive Date
2/13/2019
 
Point of Contact
Terryl Mitchell, Phone: 760-939-1998, Faith L LaGore, Phone: (760) 939-0852
 
E-Mail Address
terryl.mitchell@navy.mil, faith.lagore@navy.mil
(terryl.mitchell@navy.mil, faith.lagore@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Weapons Division, China Lake, CA intends to procure on an other than full and open competition basis for Qty 6 EA; Emerson Rectifier and Qty 6; EA DC Plant Controller with Maintenance and 4 Year Options for Preventive Maintenance Agreement in accordance with FAR Part 12 and 13. This requirement is sole sourced toE merson Network Power (now Vertiv Inc, 502 Carnegie Center, Suite 105, Princeton, NJ,08540. due to Emerson Netsure 721 and VRLA batteries are the only batteries will meet the Battery and DC Power Plant requirements.. We have no alternate battery or DC power plant hardware in place for sparing and commonality. The Emerson Netsure 721 and GNB Absolyte VRLA batteries is required and is the manufacturer sole source for these items and maintenenance. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement may submit a written response to be received at the Contracting Office no later than 5 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number N6893618Q0085 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. All responsible sources may submit a quotation which shall be considered by the agency. Written response shall be submitted by e-mail to terryl.mitchell@mavy.mill or mailed to NAWCWPNS, Code 254620D, Attn: Terryl Mitchell, 429 East Bowen Road, Mail Stop 4015, China Lake, CA 93555-6108. Electronic delivery of quotation is preferred. If you provide a quote via any other method provide us with the date package was sent, commercial carrier, and tracking number so I can lookout for package. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. See the DLIS website for registration details: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9677769113fd8d9f69d559fee1776ac1)
 
Place of Performance
Address: Point Mugu, San Nicolas Island and Santa Cruz Island, United States
 
Record
SN04820208-W 20180214/180212231633-9677769113fd8d9f69d559fee1776ac1 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.