Hawaii Bids > Bid Detail

Rebuild of Telescoping Boom Cylinder

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159112842309721
Posted Date: Feb 20, 2024
Due Date: Feb 23, 2024
Source: https://sam.gov/opp/b046208521...
Follow
Rebuild of Telescoping Boom Cylinder
Active
Contract Opportunity
Notice ID
N32253-24-037
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
PEARL HARBOR NAVAL SHIPYARD IMF
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Feb 20, 2024 01:17 pm HST
  • Original Response Date: Feb 23, 2024 03:00 pm HST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J036 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    JBPHH , HI 96860
    USA
Description

This is a Sources Sought Notice for information only. This is not a request for quotes/proposals or an invitation for bids.



In accordance with Federal Acquisition Regulation (FAR) 10.002(b), this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation. This notice is to determine the availability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Business and Woman Owned Small Business) to provide the required services.



Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) is seeking sources that are interested and capable of rebuilding the telescoping boom cylinder (P/N 3041880-ETL A) on Grove mobile crane GMK 6200-9022. The cylinder currently has a leak where the cylinder head (P/N 3316219-ETL A) meets the rod. (Note that Grove is a brand of crane produced by Manitowoc Cranes and may be used synonymously)



The Contractor shall rebuild the telescoping boom cylinder in accordance with Original Equipment Manufacturer (OEM) specifications. All work shall be done by either the OEM or a Grove certified technician.



Work shall include removal of boom as required to allow removal of telescoping boom cylinder to allow for rebuild and replacement of all cylinder seals. Telescoping boom cylinder shall be reinstalled along with the boom following rebuild.



The Contractor shall complete the rebuild of the telescoping boom cylinder and reassemble the crane within 30 days of delivery of the crane at the Contractor’s maintenance facility. Delivery date shall be coordinated between Contractor and PHNSY&IMF.



The Contractor shall provide all management, labor, tools, materials, supplies, equipment, and fuel to rebuild the telescoping boom cylinder to OEM specifications.



The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811310; the size standard for this NAICS in millions of dollars is $12.5. Product Service Code is J036 - Maint/Repair/Rebuild of Equipment – Special Industry Machinery.



This request for capability information does not constitute a request for proposals. 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, Sam.gov Unique Entity ID; 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 complete 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 3:00PM HST, 23 FEB 2024. All questions and responses regarding this Sources Sought Notice must be emailed to caroline.e.bruseski.civ@us.navy.mil and evangeline.b.calaustro.civ@us.navy.mil





Attachments:



PWS


Attachments/Links
Contact Information
Contracting Office Address
  • 667 SAFEGUARD ST SUITE 100
  • PEARL HARBOR , HI 96860-5033
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 20, 2024 01:17 pm HSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >