Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2004 FBO #1035
SOURCES SOUGHT

J -- Ship?s Service Motor Generator (SSMG) in-place refurbishment for U.S. Navy submarines at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility

Notice Date
9/24/2004
 
Notice Type
Sources Sought
 
Contracting Office
N62791 3600 Surface Navy Blvd, Box 368119 San Diego, California
 
ZIP Code
00000
 
Solicitation Number
N6279104R0041
 
Response Due
10/8/2004
 
Description
This is a sources sought notice for information and acquisition planning purposes. This is not a Request For Proposal and a formal solicitation is not available at this time. The Supervisor of Shipbuilding, Conversion, and Repair San Diego (SUPSHIP SD) is seeking small business concerns that can provide Ship?s Service Motor Generator (SSMG) in-place refurbishment for U.S. Navy submarines at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF). The contractor shall perform SSMG repair for both ?classic? and ?new? designs. Services may include inspection and test of designated ship systems. The scope of work includes 1) In-place clean, replace bearings, and test SSMG Classic design, 2) In-place clean, replace bearings, and test SSMG New design, 3) Open, inspect, and submit report for SSMG Classic design, 4) Open, inspect, and submit report for SSMG New design, 5) Repair Encapsulation, 6) Commutator Resurface, Polish Undercut/Bevel, 7) Slip Rin! gs Resurface and Polish, 8) Rotor Replacement, 9) Rotor Repair, 10) Stator Rewind, 11) Replace DC main field poles, and 12) Operational Test. The work will be accomplished in Pearl Harbor, HI. Rotor Repair is to be performed at contractor facility; all other work is to be performed in-place on the submarine. SUPSHIP SD is contemplating award of a firm-fixed price, multiple award, Indefinite Delivery Indefinite Quantity type contract. All contractors are required to obtain and provide a Letter of Certification for SSMG Repair from Naval Sea Systems Command (SEA 07T, Electrical Engineering Management Division) prior to award of a Task Order. Certification is not required prior to Contract Award; however, Contractors must demonstrate that they are working on achieving certification. Contractors are required to maintain certification throughout the life of the contract. The applicable NAICS code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive ! and Electronic) Repair and Maintenance. This acquisition will be conducted using the Advisory Multi-step Process as described in FAR 15.202. Interested small business concerns should submit a capabilities statement (not to exceed five pages) that demonstrates their capability to perform the services described herein. The capabilities statement shall include company name, address, small business status (small, small disadvantaged, women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned), and point of contact (POC) information for the interested firm. The capabilities statement should identify, by contract number, past or current contracts and/or subcontracts that were awarded to your firm, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a customer POC. The Government will not respond to firms that do not follow the submission instructions in this notice. The Government will evaluate eac! h respondent?s capabilities statement to determine if the respondent has the requisite experience and past performance to complete the requirements described herein, and will advise each respondent either that they will be invited to participate in the resultant acquisition or, based on the information submitted, that they are unlikely to be a viable competitor. The Government will advise respondents which are considered not to be viable competitors of the general basis for that opinion. Notwithstanding the advice provided by the Government in response to their submissions, respondents may still participate in the resultant acquisition. Responses should be received no later than 8 OCT 2004. All responses should be forwarded to Ms. Michelle Gogolewski via fax (619) 556-1159 or email, michelle.gogolewski@navy.mil.
 
Web Link
Navy Electronic Commerce Online
(http://www.neco.navy.mil)
 
Record
SN00681637-W 20040926/040924212341 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.