SOURCES SOUGHT
66 -- Array Calibration & EDM Notch Standards
- Notice Date
- 6/30/2022 11:47:45 AM
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
- ZIP Code
- 96860-5033
- Solicitation Number
- N3225322Q0071
- Response Due
- 7/8/2022 11:00:00 AM
- Point of Contact
- Michelle Sato, Phone: 8084738000, Megan Ho, Phone: 8084738000
- E-Mail Address
-
michelle.sato@navy.mil, megan.ho@navy.mil
(michelle.sato@navy.mil, megan.ho@navy.mil)
- Description
- Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is seeking sources that are interested and capable of manufacturing and providing one (1) each copper nickel array calibration standard and one (1) each titanium EDM notch standard, IAW PWS requirements.� The Contractor shall ensure that all work performed is done by qualified and trained personnel.� The Contractor shall manufacture certified array calibration standards and EDM notch standards in accordance with NAVSEA Technical Publication T9074-AT-GIB-010/2032, Rev. 2. Under the authority 10 U.S.C.2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1, PHNSY&IMF intends to award a sole source contract to Zetec, Inc. to perform the calibration standards on the equipment listed above. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334515; the size standard for this NAICS is 750. Product Service Code is 6635 � Physical Properties Testing and Inspection. 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.� If your organization has the capability of performing these services, please provide the following information: 1. �Organization name, address, email address, website address, telephone number, size and type of ownership for the organization, CAGE code, DUNS number; and 2. �Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. To be evaluated for technical merit and capability, statements must be received by the stated deadline.� In determining whether or not to compete this requirement, the Government has sole discretion.� �� �Submission Instructions: Interested parties who consider themselves qualified to perform requirements in accordance to the attached draft Performance Work Statement are invited to submit a response to this Sources Sought Notice by 08:00AM HST, 8 JULY 2022.� All questions and responses regarding this Sources Sought Notice must be emailed to michelle.sato@navy.mil and megan.ho@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f4fea72b1ff2429cb6d0b5b29e6bb61c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06376107-F 20220702/220630230213 (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 |