SOURCES SOUGHT
J -- Replacement of Radios for Wireless Connection to VPMS
- Notice Date
- 3/16/2023 4:36:48 PM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
- ZIP Code
- 96860-5033
- Solicitation Number
- N3225323RC11011
- Response Due
- 3/17/2023 6:00:00 PM
- Point of Contact
- Caroline Bruseski, Evangeline Calaustro
- E-Mail Address
-
caroline.e.bruseski.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil
(caroline.e.bruseski.civ@us.navy.mil, evangeline.b.calaustro.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Sources Sought Notice for information only: This is not a request for quotes/proposals or an invitation for bids.� Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) is seeking sources that are interested and capable of performing services to replace twenty-eight (28) non-compliant radios with new radios at various locations in Pearl Harbor. The radios to be installed are Aruba AP-387�s and have already been purchased by the government and will be configured by the Government team prior to deployment. The radios to be removed include 3e-523NF and other non-compliant radios. The primary focus of this task is to provide labor and tools to perform removal and installation of the radios. Additional details and specifications can be found in the attached draft Performance Work Statement (PWS). The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238210; the size standard for this NAICS is $16.5 million. Product Service Code is J059 Maint/Repair/Rebuild of Equipment � Electrical and Electronic Equipment Components. 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: Organization name, address, email address, website address, telephone number, size and type of ownership for the organization, CAGE code, DUNS number; and 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 3:00PM HST, 17 MARCH 2023. All questions and responses regarding this Sources Sought Notice must be emailed to caroline.e.bruseski.civ@us.navy.mil and evangeline.b.calaustro.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2333393af4f64c2ca428b46d8b54ac6b/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN06621724-F 20230318/230316230116 (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 |