Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2018 FBO #6123
SOLICITATION NOTICE

N -- BendPro Pipe Bender Controller - DRAFT Performance Work Statement

Notice Date
8/27/2018
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A18Q1317
 
Point of Contact
Dylan J. Ford, Phone: 3604766438, Daniel J. Ellis, Phone: 3604764001
 
E-Mail Address
dylan.ford@navy.mil, daniel.ellis@navy.mil
(dylan.ford@navy.mil, daniel.ellis@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
N4523A18Q1317 DRAFT Performance Work Statement The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) Contracting Office (Code 440) is issuing this solicitation notice of a proposed contract action. This requirement is intended to be a firm fixed price contract for fiscal year 2018. PSNS Bremerton is in need of service labor and parts for the replacement of the existing controller on an Eaton Leonard pipe bender, located in Building 107. The existing controller shall be replaced by a new BendPro G2V2 controller (OEM is Current Tech). The work shall be accomplished by a factory authorized representative. The representative shall provide three days (24 hours total) of operating training, after installation. A complete RFQ package will be available on the governmentwide point-of-entry (https://www.fbo.gov) on or around 31 August 2018 to close on or around 13 September 2018. Review of received quotations shall be concluded on or around 17 September 2018. Initial contract performance shall take place on or around 25 September 2018. This anticipated action shall be a 100% Total Small Business Set Aside. The North American Industry Classification System (NAICS) code for this acquisition is 811310 with a size standard of $7,500,000. Potential contractors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available for download at the above site; this office will not issue a hard copy of this solicitation. This requirement is intending to be a full and open competition. By submitting a quote, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the offer. By submission of an offer, the contractor acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make a contractor ineligible for award. Please direct all questions regarding this requirement via e-mail to Dylan Ford at Dylan.Ford@navy.mil or Daniel Ellis at Daniel.Ellis@navy.mil. The Deputy for Small Business for this procurement is Brenda Lancaster, brenda.lancaster@navy.mil. THIS PRESOLICITATION IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR QUOTATION (RFQ)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPERATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTATION, IF ISSUED. IF A SOLICITATION IS RELEASED IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18Q1317/listing.html)
 
Place of Performance
Address: 1400 Farragut Ave, Bremerton, Washington, 98337, United States
Zip Code: 98337
 
Record
SN05057349-W 20180829/180827231021-2bac1bce662ba76e6475c256841e81c3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.