Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
MODIFICATION

J -- AC PLANT #1 and #2 TECHNICAL ASSISTANCE DURING REINSTALLATION AND OPERATIONAL TESTING

Notice Date
5/19/2022 12:46:07 AM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
PEARL HARBOR NAVAL SHIPYARD IMF PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
N32253-22-Q-0056
 
Response Due
5/24/2022 6:00:00 PM
 
Archive Date
06/08/2022
 
Point of Contact
Cindy Badua, Phone: (808) 473-8000 ext. 5216, Megan Ho, Phone: (808) 473-8000 ext. 5293
 
E-Mail Address
cindy.badua@navy.mil, megan.ho@navy.mil
(cindy.badua@navy.mil, megan.ho@navy.mil)
 
Description
The primary mission of Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is to deliver regional maintenance, at the depot and intermediate levels, to keep the surface ships and submarines of our nation's navy ""Fit to Fight.""� As Hawaii�s regional maintenance center, capabilities include excellence in overhauling, repairing, converting, alteration, refurbishing, and decommissioning of Navy vessels. Under the authority 10 U.S.C.2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1, PHNSY & IMF intends to award a sole source contract to Johnson Controls to provide technical assistance services during reinstallation and operational testing of AC Plant #1 and #2 Motor/Compressor Drivetrain onboard a 774CL Submarine at PHNSY&IMF. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611, Ship Building and Repairing; size standard for this NAICS is 1,250 employees. Product Service Code is J020 - Maint/Repair/Rebuild Of Equipment � Ship And Marine Equipment.� All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov) by the award date. The solicitation document and incorporated provisions and clauses will be those in effect through Federal Acquisition Circular (FAC) 2022-06, DFARS 04/28/2022, and NMCARS 18-21. A sources sought notice regarding this solicitation was posted on 05/04/2022 and closed on 05/13/2022. The Period of Performance is 06/01/2022 � 05/31/2023. Please note the following:� We will be using WAWF for payment. Please provide a breakdown of services in your quotation based on the CLIN structure. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). Offers need to include a completed copy of the provision at FAR 52.204-24, 52.204-26, 52.222-42. No telephonic responses will be accepted. Quotes are due no later than Tuesday, 05/24/2022, 3:00 p.m. HST. Quotes must be sent via email to both the primary and secondary points of contact.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d974fc16cc06498eb3e07f7d27fd9fae/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN06331871-F 20220521/220519230054 (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  © 1994-2020, Loren Data Corp.