SOLICITATION NOTICE
20 -- Thermal Spray - SSBN733 AN/BRR-6 Drive Shaft
- Notice Date
- 11/18/2020 11:14:26 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A21Q1304
- Response Due
- 11/19/2020 12:00:00 PM
- Archive Date
- 12/04/2020
- Point of Contact
- Nicholas Crowell, Richard Barzaghi
- E-Mail Address
-
nicholas.a.crowell@navy.mil, richard.barzaghi@navy.mil
(nicholas.a.crowell@navy.mil, richard.barzaghi@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Thermal Spray service for the outer surfaces of the starboard AN/BRR-6 Drive Shaft (item 7 of Reference 2.4) of SSBN733.� Must use�NAVSEA certified thermal spray deposition processes to meet specifications.� Reference 2.1, Enclosure (2), paragraph 1 specifies refurbishment of the outer surfaces of the starboard AN/BRR-6 Drive Shaft using thermal spray processes identified in Reference 2.2. Place of Performace:� Contractor's Facility (CONUS) Period of Performance: Contract award date - 7 December 2020 Delivery/Shipping:� Expedited �Next-day Air� freight and shipping of the starboard AN/BRR-6 Drive Shaft from TRF-B to the contractor is the responsibility of, and funded by, TRF-B. TRF-B will provide the shipment tracking identification data to the contractor within 24 hours of shipping carrier pick-up from TRF-B. Expedited �Next-day Air� freight and shipping of the refurbished starboard AN/BRR-6 Drive Shaft from the contractor to TRF-B is the responsibility of, and funded by, the contractor. The contractor shall provide the shipment tracking identification data to the TRF-B COR listed within 24 hours of shipping carrier pick-up from the contractor. FOB Destination: TRIDENT Refit Facility Bangor 7000 Finback Circle BLDG 7000 Door 12 Receiving Silverdale, WA 98315-7000 ATTN: Shop 67H Supervisor, PH: (360) 315-1457 or (360) 315-1231 Crate Dimensions: Length: 82.5�, Width:�� 22.5�, Height:� 26.5� Crate Weight:��� 170Lbs Crate Weight w/shaft:��� 870Lbs approx One lathe machining adapter will be furnished with the shaft for use with the end opposite the repair area; this end has an electrical receptacle welded on to the end of the shaft at a 45degree angle which makes fitting it into standard lathe chuck jaws problematic. The other end (the repair area end) can use a typical �live center� from a lathe.�The shaft adapter has an area for the live center to mate with so both ends can be placed between centers. See Statement of Work in attached solicitation N4523A21Q1304 Rev.1 and associated references for complete service description. Offerors must be registered in the System for Award Management (SAM) database prior to award of a DOD Contract. A contract cannot be awarded to a contractor not registered in SAM. Remember to review your NAICS codes listed in your SAM record to makes sure you have listed the NAICS code for this procurement. Registration is free and can be completed online at http://www.sam.gov/ � Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are included. All responsible sources may submit a proposal which shall be considered by the agency. Proposals must be submitted via email to nicholas.a.crowell@navy.mil and richard.barzaghi@navy.mil by 12:00 p.m. Pacific Standard Time on 19�November 2020. Any award resulting from this RFQ�will be made based on the lowest evaluated priced offer that meets the statement of work requirements. Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility Deputy for Small Business Brenda Lancaster. Direct: (360) 476-1327 Email: brenda.lancaster@navy.mil NOTE: Late offers will be handled in accordance with FAR Clause 52.212-1 Instructions to Offerors - Commercial Items. No facsimile submissions will be accepted. Proposals are due by 12:00 p.m. Pacific Standard Time on 19�November 2020. Ensure that you certify under FAR�52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020).� The boxes that must be checked are on page 12 of the RFQ.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8dfd86fe7d5c4cf185a76d3150c5cd77/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05855972-F 20201120/201118230144 (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 |