Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2019 FBO #6551
MODIFICATION

J -- Main Reduction Gear (MRG) Bearings - Inspect - Revised PWS 10.31.2019

Notice Date
10/31/2019
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Pearl Harbor Naval Shipyard (PHNSY) and IMF, 667 Safeguard St, STE 500, Code 400, Pearl Harbor, Hawaii, 96860-5023, United States
 
ZIP Code
96860-5023
 
Solicitation Number
N32253-20-Q-0006
 
Archive Date
11/19/2019
 
Point of Contact
Deanna K. Yoshida, Phone: 8084738000 x3678
 
E-Mail Address
deanna.yoshida@navy.mil
(deanna.yoshida@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Revised PWS as of 31 OCT 2019. The Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is seeking sources that are interested and capable of providing removal and inspection of port and starboard forward (fwd) first reduction pinion bearings (of the main reduction gear assembly) on a Los Angeles-class "Mod 25" submarine. Due to the critical nature of the main reduction gear assembly, an authorized technical representative who possesses the Intellectual Property (IP) rights from the Original Equipment Manufacturer (OEM) is required to provide technical oversight for the duration of the port and starboard forward first reduction pinion bearings disassembly and inspection. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611. Product Service Code is J020 Maintenance, Repair, Rebuilding of Equipment-Ship and Marine Equipment. This request for capability information does not constitute a request for proposals. The result of this market research will contribute to determining the method of procurement. 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: 1) organization name, address, email address, website address, telephone number, size and type of ownership for the organization, CAGE code, DUNS number; and 2) 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 08:00 AM HST, 04 NOV 2019. All questions and responses regarding this Sources Sought Notice must be emailed to deanna.yoshida@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N47456/N32253-20-Q-0006/listing.html)
 
Place of Performance
Address: PHNSY & IMF, 667 Safeguard St Ste 100, JBPHH, Hawaii, 96860, United States
Zip Code: 96860
 
Record
SN05486710-W 20191102/191031230503-983459e9fcb48d90d8d35abf81b24c46 (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 |
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.