Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2024 SAM #8195
SPECIAL NOTICE

J -- USS MOBILE (LCS-26) LLTM RIDE CONTROL PARTS

Notice Date
5/3/2024 12:22:03 PM
 
Notice Type
Special Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
 
ZIP Code
92136-5205
 
Solicitation Number
N5523624Q0096
 
Response Due
5/7/2024 11:00:00 AM
 
Archive Date
05/22/2024
 
Point of Contact
Valerie Manguiob, Phone: 6195080630, Ricardo Barraza-Cobos, Phone: (619) 726-5445
 
E-Mail Address
valerie.p.manguiob.civ@us.navy.mil, ricardo.barraza-cobos.civ@us.navy.mil
(valerie.p.manguiob.civ@us.navy.mil, ricardo.barraza-cobos.civ@us.navy.mil)
 
Description
Southwest Regional Maintenance Center (SWRMC), Code 410A Procurement, intends to award a sole source purchase order to Austal USA, LLC to provide Long Lead Time Material (LLTM) Ride Control Parts on board the USS MOBILE (LCS-26) in support of SWRMC Code 310A. More specifically, the replacement parts must be compatible in all aspects (form, fit, and function) with the existing systems presently installed onboard the USS MOBILE and Austal USA, LLC is the only vendor authorized to manufacture and provide the required parts. The requirement will be processed in accordance with FAR part 13. The North American Industry Classification System (NAICS) Code is 336611, and the business size standard is 1,300 (# of employees).� Austal USA, LLC is the original equipment manufacturer of the replacement ride control parts on board the USS MOBILE. Austal USA, LLC does not have any authorized distributers.� Furthermore, Austal USA, LLC (OEM) is the only authorized source to provide the required parts. This notice is neither a request nor a solicitation of offers; however, all information received after date of publication of this synopsis will be reviewed by the Government for future considerations. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. Responses must provide clean and concise documentation indicating a vendor's bona fide capability to provide this product or equivalency. Requests must include company name, address, telephone number of the requester, e-mail address, Cage code, and business size.�� All information should be delivered via e-mail to valerie.p.manguiob.civ@us.navy.mil and ricardo.barraza-cobos.civ@us.navy.mil no later than 11:00 AM, PST, 07 April 2024. Information delivered by other than e-mail will not be accepted. Certifications in the System for Award Management must be current and active to be eligible for contract award.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/59a2b895eabf43faaef58c84c430e54e/view)
 
Place of Performance
Address: San Diego, CA 92136, USA
Zip Code: 92136
Country: USA
 
Record
SN07052449-F 20240505/240503230036 (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.