Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2024 SAM #8208
SOURCES SOUGHT

59 -- Manufacture QTY (3) Manual Bus Transfers P/N #5200-97B

Notice Date
5/16/2024 7:03:57 AM
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
SUP OF SHIPBUILDING GROTON GROTON CT 06340-4990 USA
 
ZIP Code
06340-4990
 
Solicitation Number
N6278924R0008
 
Response Due
6/2/2024 2:00:00 PM
 
Archive Date
06/17/2024
 
Point of Contact
Stephanie Neale, Phone: 8604333709, Stephanie Brass, Phone: 8604339738
 
E-Mail Address
stephanie.l.neale.civ@us.navy.mil, stephanie.m.brass.civ@us.navy.mil
(stephanie.l.neale.civ@us.navy.mil, stephanie.m.brass.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Supervisor of Shipbuilding Overhaul & Repair, Groton, CT (SSGR) intends to award a firm fixed price contract under the authority of FAR 6.302-1(b) (1); Only one responsible source and no other supplies or services will satisfy agency requirements to: ESL Power System, Inc. 2800 Palisades Drive, Corona CAL 92880 for Manufacture of quantity (3) Manual Bus Transfer (MBT) Units Part Number 5200-97B. These are required for use with Naval Submarine Support Facility�s (NSSF)(3) Emergency Diesel Generators (EDGs) to expeditiously provide power to the Naval ships if loss of shore power occurs. Part Number 5200-97B MBTs are currently in use by NSSF and were previously determined to meet Reactor Plant Requirements and approved for use in FY2017 by the Nuclear Regional Maintenance Department (NRMD) Nuclear Test and Engineering Command (NAVFAC). Only one responsible source will satisfy agency requirements and precludes full and open competition. This procurement is anticipated to be a single award under a firm fixed price contract. The North American Industry Classification System (NAICS) Code is 335999, PSC code 5935 and the Small Business Size Standard is 600 Employees. The Statement of Work (SOW) is attached. The purpose of this sources sought/synopsis notice is to locate and identify qualified 8(a), Hubzone, Women and Service Disabled Vets and Small Business sources to determine if sources exist. Interested 8(a), Hubzone,Women and Service Disabled Veterans and Small Business firms are invited to respond to this sources sought announcement by demonstrating technical capabilities (not to exceed (10) pages not inclusive of cover page) that summarizes relevant experience, knowledge, and capabilities consistent with the effort described in the SOW. Respondents shall provide information related to contracts where the respondent was involved at a comparable level of effort. In addition, interested 8(a), Hubzone, Women and Service Disabled Vets and Small Business firms are invited to respond to this sources sought announcement by providing the following: (1) name and address of applicant (corporate/principal office and socioeconomic status); (2) name, telephone and email address of point of contact; (3) NAICS and Cage Code; (4) contractor�s technical capabilities statement; and (5) the contractor�s technical capability or potential approach to achieving technical ability to perform at least 51 percent of the costs of the proposed contract with its own employees. The Technical Capabilities statement should summarize experience and knowledge relative to the SOW. The respondent should describe qualifications and experience in working with specific relevant work, providing sufficiently detailed descriptions to allow an accurate assessment of relevancy and nature of the work performed. Technical Capabilities will be evaluated on previous and/or current experience. A determination as to whether this acquisition will be a set-aside for 8(a), Hubzone, Women and Service-disabled Veterans and Small businesses will be based upon responses to this notice. Small Business programs identified above are only invited to respond to this sources sought. Interested firms are requested to submit information statements electronically by 5 pm eastern standard time on 2JUNE24 to the point of contact (POC) email listed. For information regarding�this sources sought contact POC, Stephanie Neale, email stephanie.l.neale.civ@us.navy.mil. Proprietary data will be protected when so designated. Acknowledgement of receipt will NOT be made. Availability of any formal solicitation will be announced separately. This is NOT a request for proposal (RFP), invitation for bid (IFB), or an announcement of a solicitation as no solicitation package exists at this time. The request is for informal purposes only. No cost data should be submitted. The Government will not pay for any materials provided in response to this notice or any follow-up information requests. Submittal will not be returned to the sender. Respondents will not be notified of the results of the evaluation. SSGR will utilize the information for technical and acquisition planning only. For future information about this announcement refer to the SAM.GOV website. The requirements for your e-submission adobe acrobat to create PDF file, 8.5X11 paper, Time New Roman, Font size 11.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/568eab244223479cb881d5733832038b/view)
 
Place of Performance
Address: Groton, CT 06340, USA
Zip Code: 06340
Country: USA
 
Record
SN07067734-F 20240518/240516230058 (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.