Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2022 SAM #7361
SOLICITATION NOTICE

J -- Repair and Inspect Horizontal Lifelines

Notice Date
1/24/2022 11:23:47 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
N32253-22-Q-0026
 
Response Due
2/1/2022 12:00:00 PM
 
Archive Date
02/16/2022
 
Point of Contact
Jennifer Lau, Phone: 808-473-8000 x3444, Megan Ho, Phone: 808-473-8000 x5293
 
E-Mail Address
jennifer.lau@navy.mil, megan.ho@navy.mil
(jennifer.lau@navy.mil, megan.ho@navy.mil)
 
Description
Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) seeks a qualified Contractor to repair and inspect our Horizontal Lifeline (HLL) systems in accordance with the Performance Work Statement (PWS).� HLLs were designed by Industrial Turnaround Corp. (ITAC).� The Contractor shall be authorized/recognized by ITAC for any service or repair to the HLLs. The Contractor shall also be authorized/recognized by the OEM (XSPlatforms) for procurement of replacement parts and components to be installed on the HLLs.� The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541330 for Engineering Services. The small business size standard for this NAICS code is $16.5 million. The Product Service Code is J042, Maintenance, Repair and Rebuilding of Equipment: Fire Fighting, Rescue, and Safety Equipment; and Environmental Protection Equipment and Materials. The Period of Performance is: 14 February 2022 - 13 February 2023. All offerors are required to submit the following: ��� �Fill out the unit price and total amount for CLIN 0001 on the solicitation document (Standard Form 1449). ��� �A price quote including a breakdown of labor rates and hours, and costs for HLL inspection/recertification/repair, supplies/materials, and travel. � ��� �An execution plan (e.g., work plan/schedule) on completing the work in accordance with the Performance Work Statement (PWS).� ��� �Safety and environmental plans to demonstrate compliance with all environmental and safety requirements in accordance with the PWS. ��� �Proof that Contractor is authorized/recognized by ITAC for any service or repair to the HLLs and authorized/recognized by the OEM (XSPlatforms) for procurement of replacement parts and components to be installed on the HLLs. � ��� �A completed copy of the provision FAR 52.204-24, 52.204-26 and 52.212-3. Quotes will be evaluated in accordance with FAR 52.212-2 as listed in the attached solicitation. Quotes are due no later than Tuesday, February 1, 2022, at 10:00 a.m. HST, and must be sent via e-mail to both the primary and secondary points of contacts. Questions in regards to the solicitation must be submitted via e-mail only to both the primary and secondary points of contacts. No telephonic requests.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1cd5872bf81540cc8fc510b39f05fdd8/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN06222363-F 20220126/220125201429 (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.