Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 10, 2022 SAM #7497
SPECIAL NOTICE

J -- Monarch Lathe Engine Rebuild

Notice Date
6/8/2022 1:00:09 PM
 
Notice Type
Special Notice
 
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
N4523A22Q1350
 
Response Due
6/23/2022 9:00:00 AM
 
Point of Contact
Angela M Charpia, Phone: 3609008904, Nickson Hatungimana, Phone: 3603405298
 
E-Mail Address
angela.charpia@navy.mil, nickson.hatungimana@navy.mil
(angela.charpia@navy.mil, nickson.hatungimana@navy.mil)
 
Description
This notice of intent is not a request for quotes. A determination not to compete the proposed procurement based up responses to this notice is solely within the discretion of the Government.� The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) Contracting Office (Code 432) , hereby provides notice of its intent to award a sole-source, firm fixed contract, Machines & Methods, Inc. The contract is expected to be awarded under FAR 13.106-1 (b). A justification and Approval for Other than Full and Open Competition has been prepared.� The expected period of performance is 08/18/22 - 05/17/23 This is a non-personnel services contract to provide re-manufacturing services of three Monarch Lathes one (1) each model 2516 series 80, two (2) each model 614. All work performed in shall meet the requirements listed in the Performance Work Statement (PWS). Puget Sound Naval Shipyard requires the services of a contract for removal, transportation to and from OEM factory, re-manufacturing to as new condition, re-installation and testing of three Monarch engine lathes. Normal wear and tear has put these machines in a condition that requires complete re-manufacture. The Original Equipment Manufacturer (OEM) is Monarch Lathes L.P.�It is necessary that these machines are rebuilt to the OEM standards and specifications. Machines & Methods, Inc., is the only approved representative of Monarch Lathes L.P. in the Pacific Northwest and has access to all the required OEM intellectual property. NAICS, 811310�-�Commercial and Industrial Machinery and Equipment Business size standard of $8,000,000.00 J036 -�Maint/repair/rebuild of equipment- special industry machinery THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES.� No solicitation or RFQ will be forthcoming. However, interested parties may identify their interest, with a quote, and capabilities by responding to this�requirement not later than June 23, 2022 9am pacific standard time. Interested parties must furnish information by email only with subject line stating�- RESPONSE TO INTENT TO SOLE SOURCE FOR N4523A22Q1350. A determination not to complete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement.� PSNS & IMF Contracting Office will not be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent , the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation, demonstrating their capabilities to satisfy the requirements listed above to Contract Specialist, Angela Charpia by email at angela.charpia@navy.mil and Contracting Officer, Nickson Hatungimana at nickson.hatungimana@navy.mil. The capability documentation should include general information and technical background describing in detail the prospective contractor capabilities and experience, that will demonstrate their ability to support this requirement.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/23a3fe8ccf6c4399993939c5cffceb01/view)
 
Place of Performance
Address: WA 98314, USA
Zip Code: 98314
Country: USA
 
Record
SN06351021-F 20220610/220608230116 (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.