SOURCES SOUGHT
48 -- SLEEVE, BODY; RETAINER BRACKET AND POPPET MACHINE FOR VALVE DISK
- Notice Date
- 8/14/2018
- Notice Type
- Sources Sought
- NAICS
- 336310
— Motor Vehicle Gasoline Engine and Engine Parts Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Pearl Harbor Naval Shipyard (PHNSY) and IMF, 667 Safeguard St, STE 500, Code 400, Pearl Harbor, Hawaii, 96860-5023, United States
- ZIP Code
- 96860-5023
- Solicitation Number
- N322538143B851-853
- Archive Date
- 9/13/2018
- Point of Contact
- Lyndon Paloma, Phone: 80847380006836
- E-Mail Address
-
lyndon.paloma@navy.mil
(lyndon.paloma@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTIFICATION. THIS IS A MARKET RESEARCH TOOL TO DETERMINE THE AVAILABILITY OF SOURCES PRIOR TO ISSUING THE RFP. THIS ANNOUNCEMENT IS FOR INFORMATION AND PLANNING PURPOSES ONLY. The following information is provided to assist Pearl Harbor Naval Shipyard and IMF (PHNSY &IMF), 400/C410, in conducting market research to identify potential businesses with current stock or capable of manufacturing/fabricating component parts for a Disk, Valve (NSN 4810-01-492-1990) manufactured by Vacco Industries (Cage 99517). There three parts required to support the current maintenance project; - Body Sleeve: 70-30 CU-NI, MIL-C-15726F (Vacco PN V2E10778-1) - Bracket Retainer: 70-30 CU-NI, MIL-C-15726F (Vacco PN V2C13391-7NA) - Poppet-Machine: NI-CU, MIL-C-24723, COMP M-30C (Vacco PN V2E10753-1) The North American Industry Classification System (NAICS) code for this proposed competitive procurement is 336310. The required delivery date is October 23, 2018. The acquisition will be solicited using FAR part 13, anticipating award of a firm fixed price contract. Interested businesses capable of providing the materials/parts are required to submit to the contracting office a brief capabilities statement package demonstrating the ability to manufacture/fabricate the materials. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. Respondents will not be notified of the result of the evaluation. A. The documentation shall address, at a minimum, the following: 1) Name and address of firm 2) Data Universal Numbering System (DUNS) number 3) Commercial and Government Entity (CAGE) code number 4) Year firm was established and number of employees, 5) Name of two principles to contact, including title, email address and telephone number 6) If applicable, Small Business designation/status (e.g., 8(a), HUBZone, Service Disabled Veteran Owned Small Business, Woman Owned Small Business, et cetera). B. RELEVANT EXPERIENCE (if any) in performing efforts of similar scope and complexity. The following Government or commercial information shall be provided for each of your relevant experiences: 1) Contract number and project title 2) Name of contracting activity 3) Primary Point of Contact for the project (e.g., Administrative Contracting Officer, Contracting Officer's Representative, or Technical Representative). Provide name, telephone number and email address for point of contact. 4) Indication of whether your firm acted as the prime contractor or was a subcontractor. 5) Contract period of performance and contract value. The Government will neither award a contract solely on the basis of this Sources Sought Synopsis nor will it reimburse the respondent for any costs associated with preparing or submitting a response to this notice. This sources sought synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of your submittal. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. All submittals received will be used only to determine if there is interest by qualified firms and will not be used in award. PHNSY & IMF reserves the right to independently verify all information submitted. Submit required information to: Lyndon Paloma via email at lyndon.paloma@navy.mil. Written submittals are required to be received via email no later than 3:00 pm on August 29, 2018. Telephone, fax, or mailed responses and inquiries will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N47456/N322538143B851-853/listing.html)
- Record
- SN05035363-W 20180816/180814230947-0edead6654c107af5b4b3b9c4aa802dd (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 |