Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOURCES SOUGHT

40 -- Fabrication of Fleet Mooring Chain and Accessories

Notice Date
4/1/2020 2:35:37 PM
 
Notice Type
Sources Sought
 
NAICS
332111 — Iron and Steel Forging
 
Contracting Office
NAVAL FACILITIES ENGINEERING AND PORT HUENEME CA 93043-4301 USA
 
ZIP Code
93043-4301
 
Solicitation Number
N3943020S2441
 
Response Due
4/22/2020 2:00:00 PM
 
Archive Date
05/07/2020
 
Point of Contact
Danielle Ortega, Lissa Kobeissi
 
E-Mail Address
danielle.ortega@navy.mil, lissa.kobeissi@navy.mil
(danielle.ortega@navy.mil, lissa.kobeissi@navy.mil)
 
Description
This sources sought notice is an advance notice for information, planning and market research purposes only. The purpose of this sources sought notice is to identify interested/qualified sources, to determine if a set-aside is warranted, and to determine if the requirements are commercially available. No contract will be awarded from this announcement. The Naval Facilities Engineering and Expeditionary Warfare Center Acquisition Department is seeking potential qualified sources to provide technical and logistical support services to the United States Navy and other Department of Defense (DoD) agencies for mooring and berthing of fleet vessels. A single award, indefinite delivery, indefinite quantity type contract is anticipated, with task orders using Firm Fixed Price contract pricing. The anticipated period of performance is 60 months.��� The contractor will provide commercially available mooring chains and accessories in various quantities and sizes in accordance with the required specifications indicated below. ITEM SPECIFICATION CJL, Baldt-style FM3, ABS3, ABS R3, ABS R3S, MIL-SPEC-DTL-2710B, MARQUIP AJL, Baldt-style FM3, ABS3, ABS R3, ABS R3S, MIL-SPEC-DTL-2710B Chain, stud link FM3, ABS3, ABS R3, ABS R3S, MIL-C-24633-A Spider Plate FM3 Pear Link FM3 Plate Shackle FM3 Ground Ring FM3 Swivel Shackle, Riser FM3 Anchor Chain Swivel ABS 3 Bolt Anchor Shackles MARQUIP or domestic equal AJL Clamps ASTM A572 Grade 50 Hot Dipped Galvanized Sizes of items that should be available for production are 1.50, 1.75, 2.00, 2.50, 3.50, and 4.00 inch. The contractor shall own a workforce and facility capable of the manufacturing of mooring chain to the specifications listed above and shall be certified in accordance with the American Bureau of Shipping (ABS) for manufacturing of mooring chain. ����������� � The contractor will provide all labor, material and equipment necessary to supply chain and accessories manufactured to either FM3 grade, ABS3, ABS R3, ABS R3S grade specifications as well as chain and anchor joining links to specification MIL-L-2710B. The contractor shall be responsible for producing quantities for each mooring component identified in the statement of work. Please be advised that the DoD Federal Acquisition Regulation Supplement (DFARS) clause 252.225-7019, Restriction on Acquisition of Anchor and Mooring Chain, will be included in any future solicitation. The applicable North American Industry Classification (NAICS) Code is 332111 � Iron and Steel Forging. All businesses, including small businesses, are encouraged to respond. At minimum, provide the following information in your submittal: Name and address of company and contact information/points of contact Cage code and DUNS number Identify the type of entity (business size and socioeconomic classification, if applicable) as registered in the CCR for NAICS Code 332111 Description and technical specifications of the mooring items listed above that you are capable of manufacturing Documentation that the manufacturing facility and/or equipment used in the manufacturing and testing of the items required are in complains with ABS, ASTM, or the appropriate industry standard Any additional information such as product brochures, data sheets, websites (URLs), etc. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency.� 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 informant.� All submittals received will be reviewed for informational purpose.� The Government reserves the right to independently verify all information submitted. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests.� This notice does not constitute a Request for Quotation, Request for Proposal, or Invitation for Bid, 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. This notice is not to be considered as a commitment by the Government for any purpose other than market research.� Respondents will not be notified of the results of the evaluation.� Inquiries and telephone responses will not be accepted. Submit required information electrically to: Danielle Ortega at danielle.ortega@navy.mil and Lissa Kobeissi at lissa.kobeissi@navy.mil. Submittals are required by 1400 PST Wednesday, April 22, 2020. THIS IS A SOURCES SOUGHT NOTICE ONLY. THERE IS NO SOLICIATION AVAILABLE AT THIS TIME. Information provided will be used to improve our understanding of market capabilities and identify qualified vendors in support of developing our acquisition approach.��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9166b128103c44f2ad0708918102b1a6/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05607766-F 20200403/200401230148 (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.