Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 28, 2019 SAM #6603
SOURCES SOUGHT

61 -- Valve Regulated Lead Acid (VRLA) Battery Handling Equipment

Notice Date
12/26/2019 9:06:46 AM
 
Notice Type
Sources Sought
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
N32253-20-Q-0012
 
Response Due
1/15/2020 10:00:00 AM
 
Archive Date
01/30/2020
 
Point of Contact
Deanna K. Yoshida, Phone: 80847380003678, Jacob L. Walker, Phone: 80847380005190
 
E-Mail Address
deanna.yoshida@navy.mil, jacob.l.walker1@navy.mil
(deanna.yoshida@navy.mil, jacob.l.walker1@navy.mil)
 
Description
The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is seeking sources that are interested and capable of manufacturing Valve Regulated Lead Acid (VRLA) Battery Handling Equipment for a Virginia-class submarine in accordance with the Department of Defense drawings and specifications. Additional details and specifications can be found in the attached PWS. Please note that all interested parties must be compliant with the attached PWS sections: 2.2 Specification Requirements and 2.3 Disclosure of Information. Drawings and specifications are available upon request, however access to these drawings and specifications are authorized only to Department of Defense (DoD) and U.S. DoD contractors with a valid and active Joint Certification Program (JCP) certification. For more information on program details and registration, visit http://www.dlis.dls.mil/jcp. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 335911. The size standard for this NAICS code is 1,250 employees. Product Service Code is 6160 - Miscellaneous Battery Retaining Fixtures and Liners. This request for capability information does not constitute a request for proposals.� The result of this market research will contribute to determining the method of procurement. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred.� If your organization has the capability of performing these services, please provide the following information: 1) organization name, address, email address, website address, telephone number, size and type of ownership for the organization, CAGE code, DUNS number; and 2) tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. To be evaluated for technical merit and capability, statements must be received by the stated deadline.� In determining whether or not to compete this requirement, the Government has sole discretion.� Submission Instructions: Interested parties who consider themselves qualified to perform requirements in accordance to the attached draft Performance Work Statement are invited to submit a response to this Sources Sought Notice by 0800 HST 15 JAN 2020. �All questions and responses regarding this Sources Sought Notice must be emailed to deanna.yoshida@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b1665f8493184cf2b2dfcf0085b7c5b9/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN05524217-F 20191228/191226230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.