SOURCES SOUGHT
20 -- USS SOMERSET - Hatch
- Notice Date
- 3/7/2018
- Notice Type
- Sources Sought
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, South West Regional Maintenance Center, 3755 Brinser Street, San Diego, California, 92136, United States
- ZIP Code
- 92136
- Solicitation Number
- N5523618Q0135
- Archive Date
- 3/27/2018
- Point of Contact
- Shemeka Johnson-Jenkins, Phone: 6195564723, Billie P. Crockett, Phone: 619-556-9389
- E-Mail Address
-
shemeka.jenkins@navy.mil, Billie.Crockett@navy.mil
(shemeka.jenkins@navy.mil, Billie.Crockett@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (RFI) Ref# N5523618Q0135 This is a Request for Information (RFI), i.e. sources sought notice, for information and acquisition planning purposes. This is not a request for quote (RFQ) and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue an RFQ, contract, or purchase order. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. Southwest Regional Maintenance Center is seeking vendors to procure/manufacturer direct replacement parts for two (2) 30" x 30" hatch; flush mounted, spring-balanced, 4 dog, steel, formula 150 finish (part # 803-5184174) to be installed on the USS SOMERSET (LPD-25). The contractor shall furnish all labor, equipment, and materials required to accomplish the work described. SWRMC is contemplating the award of a single firm fixed price contract/purchase order for the requirement specified above. The applicable NAICS code is 332312; Interested vendors shall 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 -Cage Code -Address -Business size (small, small disadvantaged, 8(a), women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned) [more than one category may be selected as applicable] -Point of contact (POC) information for the interested company -Company's technical capabilities The capabilities statement should also identify, by contract number, past or current contracts and/or subcontracts that were awarded to the respondent company, period of performance, contract type, contract amount, a description of the relevant corporate experience gained, and a point of contact for the customer/recipient of the work performed. The Government will evaluate each respondent's capabilities statement to determine if the respondent has the requisite experience and past performance to complete the requirements described herein. No telephone inquiries will be accepted. The Government does not commit to providing a response to any comments or questions. No basis for a claim against the Government shall arise as a result of this announcement. Responses should be received no later than 12 March 2018, 11:00 a.m (PST). All responses should be forwarded to Shemeka Johnson-Jenkins, email: shemeka.jenkins@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N5523618Q0135/listing.html)
- Place of Performance
- Address: San Diego, California, 92123, United States
- Zip Code: 92123
- Zip Code: 92123
- Record
- SN04845399-W 20180309/180307231126-5c28c55508435dfa9012c93f8ff93729 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |