Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2021 SAM #7088
SOURCES SOUGHT

70 -- THIS IS AN FMS REQUIREMENT FOR THE TTE AND REPAIR OF 2 CONTROL INDICATORS, P/N 822-1729-100.

Notice Date
4/26/2021 1:02:18 PM
 
Notice Type
Sources Sought
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038321YP154
 
Response Due
4/27/2021 12:00:00 AM
 
Archive Date
05/12/2021
 
Point of Contact
TIA.JOHNSON@NAVY.MIL
 
E-Mail Address
tia.johnson@navy.mil
(tia.johnson@navy.mil)
 
Description
THIS IS AN FMS REQUIREMENT FOR THE TTE AND REPAIR OF 2 CONTROL INDICATORS, P/N 822-1729-100 S/N 17CNXN and 17FNHV. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. In order for a potential source to become approved they must submit a Source Approval Request (SAR) package in accordance with NAVAIRINST 4200.25D. Currently this instruction has been rescinded to be replaced by NAVAIRINST 4200.56. NAVSUP-WSS is continuing to operate under NAVAIRINST 4200.25D until final review of NAVAIRINST 4200.56 is complete. Copies of NAVAIRINST 4200.25D can be found on: http://www.ihs.com/products/industry-standards/org/navy/list/index.aspx The units to be repaired and/or overhauled under this agreement are set forth by manufacturers part number and constitute �Government Property� as defined in FAR clause 52.245-1 �Government Property� or 52.245-1 Alternate I, as applicable. All responsible sources interested in becoming a Navy approved source for the repair/overhaul of the above listed items are requested to provide a written summary (Five (5) page limit) of information concerning their technical certifications/qualifications, capabilities, facilities, equipment, experience (both domestic and with foreign militaries, if applicable) and corporate background. Vendors shall also list the Company Name, Cage Code, Point of Contact � with phone number, and which components you are interested in repairing/overhauling. Explain how your company has the technical capacity to perform the necessary repairs as the prime contractor and/or any key subcontracts and/or partnerships that you intend to use to meet the scope of this requirement. Vendors shall also indicate whether they are a large, small, small disadvantaged, 8(a), HUBZone small business, veteran-owned small business, service-disabled veteran-owned small business or women-owned small business. BASED ON THE RESPONSES TO THIS NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Notice by 13 MAR 20 All responses under this Notice must be emailed to Tia.Johnson@navy.mil Mailing address: NAVSUP-WSS Attn: Tia Johnson Building 1 700 Robbins Ave Philadelphia, PA 19111
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/47c0849c7bb3496e977d43b2d01354d6/view)
 
Record
SN05983643-F 20210428/210426230116 (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.